SOLICITATION NOTICE
36 -- High Volume Smart Card Issuance System
- Notice Date
- 6/6/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- General Services Administration, Federal Technology Service (FTS), Acquisition Services Division (9TE), 1301 Clay Street, Suite 280S, Oakland, CA, 94612, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- 9T7NJBIC133
- Response Due
- 6/27/2007
- Archive Date
- 7/12/2007
- Description
- (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Awards will be made in IT Solutions; therefore, registration in IT-Solutions is required offerors must verify complete business mailing address, contact name, phone number, fax number, remittance address and email address. Quote Validation Date -- quote must be valid for at least 30 days after quote response date Section 508 Rehabilitation Act Compliance Statement offeror must indicate compliance Offeror must state no later than Delivery and Installation Dates use calendar date(s) State Federal Tax Identification (TIN) and Dun and Bradstreet (DUNS) number(s) Quotes must include the terms and conditions for returns and exchanges as well as any restocking fees. Offerors must identify if returns or exchanges are not accepted (II) The solicitation for commercial is issued by the U.S. General Services Administration (GSA), Northern California Area Team (NCAT), Federal Technology Service (FTS) on behalf of the Department of Defense, Defense Manpower Data Center (DMDC) West, Seaside California. (III) This solicitation number is 9T7NJBIC133 and is used as a Request for Quotes (RFQ). The Government may transmit or post any common questions and answers regarding this solicitation to all interested parties. (IV) document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-12. (V) This solicitation is issued on an unrestricted basis. (VI) Description of Requirement: Quantity - 1 Card issuance system for high-volume issuance of standard CR80 plastic cards with contact chips. Operator training covering the following topics: general system overview; system management software; handling and replacing consumables; system reports; handling routine system messages; simple preventative maintenance. Maintenance service for one (1) year in Monterey, California. The service must include: parts (excluding consumables); labor; travel; five (5) day coverage Monday through Friday with maximum 4-hour response time. Consumables for printing and laminating 100,000 standard CR80 plastic cards. Front of the card print includes: color graphics and black text within the full length and width of the card. Back of the card print includes: black text within the full length and 2/3 of the width of the card, and one 0.5x0.75in grayscale graphic. Full size 1 mil laminate patch with opening for smart chip on the front of the card, and half coverage 1 mil laminate on the back of the card. Salient Characteristics: Technical Capabilities and Qualifications (Sub factors: Meet Salient Characteristics) The technical requirement calls for a modular, upgradeable card issuance system for high-volume issuance of standard CR80 plastic cards with contact chips. The issuance system must be capable of personalizing the smart chip and both sides of the card, to include two-side lamination, in a single pass. The system must be capable of printing color text and graphics with resolution at least 300 dpi and throughput at least 900 cards per hour with a duty cycle of at least 40,000 cards per month. The system must also include a Windows-based software suite consisting of issuance system management tool, card layout design tool, report management tool, and software development kit for custom smart card applications. The entire issuance system must include the following modules: 1) system controller 2) card input with at least two (2) configurable input hoppers 3) card transport (place holder for future insertion of additional module) 4) smart card programming unit with twenty-four (24) contact programming heads 5) top split cyan printer 6) top split magenta printer 7) top split yellow printer 8) top monochrome/color printer 9) 2 bottom monochrome/color printers 10) top laminator; card flipper (if applicable) 11) bottom laminator; second card flipper (if applicable) 12) dual output stacker. The issuance system must be installed in Seaside, California, and be ready to support future installation of a module for programming ISO 14443 contactless Type A and B cards. The system must be ready to be connected to Ethernet-based network, and 125 VAC 60 Hz power supply. (VII) The following Federal Acquisition Regulation clauses apply to this solicitation and any subsequent award: (Clause 1) 52.212-1 -- Instruction to Offerors -- Commercial Items. (Jan 2006) is hereby incorporated into this solicitation by reference and the following additional instructions apply: Past Performance is included as an evaluation factor: submit at least two (2) past performance records for work performed within the last three (3) calendar years prior to October 1, 2006, include contact information. (Clause 2) 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) is hereby incorporated into this solicitation in full text as follows: a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors, in order of importance, shall also be used to evaluate offers: Technical Capabilities and Qualifications (Sub factors: Meet Salient Characteristics) 1)Technical parameters of the issuance system hardware and software 2)Ease of integration of the new issuance system into existing Common Access Card central issuance system and infrastructure 3) Cost of procuring, installing, and maintaining the issuance system 4) Effectiveness of use of resources to run and maintain the Common Access Card central issuance system Past Performance -- Complete up to three (3) past performance records and return with quote for evaluation (inclusive of contact information). (Sub factors: Quality of Past Work Performed, Timeliness of Past Performance, Customer Satisfaction) Price (Sub factors; Price and Cost Realism) (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offerors specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (Clause 3) (52.212-3) -- Offeror Representations and Certifications -- Commercial Items (Mar 2005) offeror are reminded to complete on-line representations and certifications at http://orca.bpn.gov prior to the RFQ closing date and before submitting an offer in response to this solicitation. (Clause 4) 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Sept 2005) is incorporated by reference. (Clause 5) 52.212-5 -- Contract terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Feb 2006) is hereby incorporated into this solicitation in full text in the attached solicitation additional clauses document and the following paragraphs, (a), (b) 1, 14, 15, 16, 17, 18, 19, 20, 31 apply to this solicitation and any resulting contract. (Other applicable clauses) The following clauses are also applicable to this acquisition and are hereby incorporated into this solicitation by reference: 52.204-7 -- Central Contractor Registration 52.233-3, Protest after Award; 52.243-1, Changes-Fixed Price Alternate 1 (Apr 1984) 52.252-2, Clauses Incorporated by Reference (for a full text version of these clauses, go to www.arnet.gov or http://farsite.hill.af.mil); 252.204-7004 Alt A, Required Central Contractor Registration; 252.232-7003, Electronic Submission of Payment Requests: Other applicable clauses) The following clause is applicable to this acquisition and is hereby incorporated in this solicitation in full text in the attached solicitation additional clauses document. 52.222.22, Previous Contracts and Compliance Reports; (IX) Closing Date and Time: June 22, 2007, 5:00 p.m. PST. (X) Offerors must submit Cost Quotation, via email to the Technical Project Advisor and Contracting officer by the closing date and time of this solicitation. (XI) If offeror does not have access to email, offeror must mail offer to: Kenton Raiford U.S. General Services Administration 450 Golden Gate Avenue 5th Floor, East Tower San Francisco, California 94102 The NCAT Office is located in a secure federal building. If offers are hand delivered, please ensure that any courier is instructed to allow sufficient time for access to the facility. All proposals shall be clearly marked with the RFQ Number 9T7NJBIC133. All offerors are hereby notified that if your proposal is not received by the date/time and at the location specified in this notice announcement, this it will be considered late/non-responsive. (XIII) Please direct any questions regarding this solicitation to the Technology Project Advisor, Mr. Josh Barrak at josh.barrak@gsa.gov or (408) 842-6223. Point of Contact Kenton Raiford, Senior Contracting Officer Phone (415) 522-4540 Fax 415.522.4725 Email kenton.raiford@gsa.gov
- Place of Performance
- Address: Defense Manpower Data Center (DMDC), 400 Gigling Road, Seaside, California,
- Zip Code: 93955-6771
- Country: UNITED STATES
- Zip Code: 93955-6771
- Record
- SN01311961-W 20070608/070607035730 (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 |