Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2006 FBO #1763
MODIFICATION

70 -- BARCODE SCANNERS

Notice Date
9/22/2006
 
Notice Type
Modification
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-06-T-0375
 
Response Due
9/27/2006
 
Archive Date
10/12/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will NOT be issued. This combined synopsis/solicitation is issued as a Request for Quote (RFQ). Reference Number is SP3100-06-T-0375 This is a brand name acquisition due to compatibility and standardization issues. A written justification to limit sources has been executed in accordance with FAR 6.3. Proposals will only be accepted from authorized Symbol Technologies resellers. The Defense Distribution Mapping Agency (DDMA), Richmond, VA has a requirement to purchase 19 Symbol Technologies Model MC3090 Barcode Scanners to include the following specifications: Required Device Specifications for MC3090: Dimensions Brick/Imager Configuration 7.43 in. L x 3.18 in. W x 1.76 in. D (188 mm x 80.8 mm x 44.7 mm) At grip: 2.40 in. W x 1.43 in. D (61 mm x 36.3 mm) ) Brick/Laser Configuration 8.33 in. L x 3.18 in. W x 1.57 in. D (211.6 mm x 80.8 mm x 39.9 mm) ) At grip: 2.40 in. W x 1.10 in. D (61 mm x 27.9 mm) Gun Configurations 193 L x 80.8 W x 166H mm Weight Brick/Laser Configuration 13.4 oz. (379 gm) (with WLAN Brick/Imager Configuration 15.1 oz. (428 gm) (with WLAN) Gun Configurations 18.59 oz. (527 gm) (19.6 oz./555 gm with Bluetooth) Performance Characteristics Color Display Configuration Display Resolution ? 320 x 320 Operating System ? MC3090: Microsoft Windows CE 5.0 Professional Version Application Development ? Symbol SDK Environment ? Microsoft Windows CE SDK Processor ? IntelXScale PXA270 @520MHz Memory FLASH/RAM (MB) ? 64/64 Data Capture Options ? 1D Laser 2D CCD Imager Secure Digital Slot User accessible (located under battery)?Vapproved for memory expansion only Communications RS-232, USB (Host and Client) Power Brick/Laser Configuration Brick/Imager Configuration Gun Configurations 2,600 mAh @ 3.7Vdc 4,400 mAh @ 3.7Vdc 4,400 mAh @ 3.7Vdc Wireless Data Communications WLAN Symbol Spectrum24, 802.11a, 802.11b, 802.11g Output Power 100 mW U.S. and international Data Rate 802.11b: 11 MB per second 802.11g: 54 MB per second 802.11a: 54 MB per second Antenna Internal Frequency Range Country-dependent; typically 2.4 to 2.5 GHz for 802.11b/g and 5.15 to 5.825 GHz for 802.11a Bluetooth Theatre dependent Voice over IP-ready (Class 2) Optional (theatre dependent) User Environment Operating Temperature Monochrome: -4?X to 122?X F (-20?X to 50?X C) Color: 14?X to 122?X F (-10?X to 50?X C) Storage Temperature -22?X to 160?X F (-30?X to 70?X C) Battery Charging Temperature 32?X to -40?XF (0?X to -40?XC) Humidity 5% to 95% non-condensing Drop Multiple 4-foot (1.2 m) drops to concrete across operating temperature Tumble 500 one-half meter tumbles at room temperature (1,000 drops) Environmental Sealing IP54 Category 2 ESD +/-15kVDC air discharge +/-8kVDC direct discharge +/-8kVDC indirect discharge Peripherals and Accessories Cradles Single-slot USB/RS-232 charging cradle with spare battery well Four-slot Ethernet charging cradle Four-slot Charge-only cradle Chargers Four-slot battery charger Adaptor for universal battery charger Printers Support Symbol approved printers Other Accessories Holsters, charging cables, magnetic strip reader Development Regulatory Electrical Safety Certified to UL60950, CSA C22.2 No. 60950, EN60950/IEC 950 EMI/RFI Radio Versions North America: FCC Part 2 (SAR), FCC Part 15, RSS210 Class B, EN 301 489-1, 489-17 EMI/RFI Batch Versions EU: EN55022 Class B EN55024 Japan: CISPR 22, Class B Australia: AS3548 North America: FCC Part 15, ICES 003 Class B Laser Safety IEC Class 2/FDA Class II in accordance with IEC60825-1/EN60825-1 The Government intends to award a purchase order resulting from this Request for Quote on an all or none basis to the contractor that provides the lowest evaluated price, in accordance with FAR 13.106. This acquisition is UNRESTRICTED. The associated North American Industry Classification System (NAICS) code is 334119 and the associated size standard is 1,000 employees. CLIN 0001: MDL MC3090 Symbol Technologies Barcode Symbols ?V 19 each Unit Price: _______________________________ The contractor shall provide destination pricing for delivery to Richmond, VA. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-12. The following FAR and DFARS clauses and provisions apply to this requirement. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR provision 52.212-1 ?V Instructions to Offerors ?V Commercial Items applies to this acquisition. Addenda to 52.212-1: The following paragraph is hereby deleted from this provision: (i) Availability of requirements documents cited in the solicitation. Contractors are required to include a completed copy of the FAR provision 52.212-3, Offeror Representations and Certifications ?V Commercial Items with its price proposal or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal may result in the proposals being eliminated from consideration for award. FAR 52.212-4 ?V Contract Terms and Conditions ?V Commercial Items applies to this acquisition. Addenda to FAR 52.212-4: 52.247-34 F.O.B. Destination FAR 52.212-5 ?V Contract Terms and Conditions Required to Implement Statutes or Executive Orders ?V Commercial Items applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: 52.222-3 Convict Labor 52.222-19 Child Labor ?V Cooperation with Authorities and Remedies 52.222-20 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disable Veterans and Veterans of the Vietnam Era 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans. 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer ?V Central Contractor Registration 52.232-36 Payment by Third Party DFARS 252.212-7000 Offeror Representations and Certifications ?V Commercial Items applies to this acquisition. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Price Proposals and the certifications at FAR 52.212-3 must be submitted via one of the following methods: (1) email to: linda.klinedinst@dla.mil (2) facsimile to: 717-770-7591 (Attn: Linda Klinedinst), or (3) mail to: Defense Distribution Center, Acquisition Operations, DDC-AB, 2001 Mission Drive, Building 81, ATTN: Linda Klinedinst, New Cumberland, PA 17070-5001 NOTE: All contractors MUST be registered in the Central Contractor Registration (CCR) Database to receive an award. Information on registration may be obtained by calling 1-888-227-2423 or via the internet at: www.ccr.gov. Proposal due date and time is 27 September 2006, 3:00 PM EST. The name and telephone number of the individual to contact for information regarding this Request for Quotation is Linda Klinedinst, Contract Specialist, 717-770-7390.
 
Place of Performance
Address: SHIP TO ADDRESS:, DEFENSE DISTRIBUTION MAPPING AGENCY, 8000 JEFFERSON DAVIS HIGHWAY, WAREHOUSE 66 BAY D, RICHMOND, VA 23297-5516
Zip Code: 23297-5516
Country: UNITED STATES
 
Record
SN01151725-W 20060924/060922220122 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.