SOLICITATION NOTICE
70 -- Hand-Held Portable Scanner, #MRA 5531 or Equal, etc.
- Notice Date
- 9/13/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060407T0433
- Response Due
- 9/20/2007
- Archive Date
- 9/21/2007
- Description
- The proposed COMBINED SYNOPSIS/SOLICITATION is for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-07-T-0433. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-20 and DFARS Change Notice 20070913. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses and provisions may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334111 and the Small B usiness Standard is 1,000 employees. This is a 100% small business set-aside action. The Fleet and Industrial Supply Center (FISC), Pearl Harbor, Hawaii requests responses from qualified sources capable of providing: ITEM 0001: HAND-HELD PORTABLE SCANNER; ITEM: MRA 5531; FALCON 4400 SERIES; ?BRAND NAME OR EQUAL?; ADDITIONAL SPECS: Batch portable data collection scanner terminals, pistol grip, with standard laser module; QTY: 5 EACH; ITEM 0002: CHECK-IN-OUT BATCH BAR CODE TRACKING SOFTWARE FOR 3-CLIENT PC USERS; MRA; ?BRAND NAME OR EQUAL?; INCLUDES SOFTWARE LICENSES FOR THREE (3) HAND-HELD PORTABLE SCANNERS (Identified in Item 0001); QTY: 1 EACH; ITEM 0003: SOFTWARE LICENSES FOR TWO (2) HAND-HELD PORTABLE SCANNERS (Identified in Item 0001); ?BRAND NAME OR EQUAL?; QTY: 2 EACH; ITEM 0004: CHECK-IN-OUT SYSTEM SUPPORT AND MAINTENANCE FOR FIRST YEAR; ?BRAND NAME OR EQUAL?; ADDITIONAL SPECS: Includes Check-In-Out Project Plan Guide and Instructions Manual; QTY: 1 YEAR; ITEM 0005: EXTENDED WARRANTY DEPOT LEVEL MAINTENANCE AND UNIT REPAIR; THREE (3) YEAR COVERAGE; ?BRAND NAME OR EQUAL?; QTY: 5 EACH; ITEM 0006: SPARE LITHIUM ION BATTERIES FOR HAND-HELD PORTABLE SCANNERS (Identified in Item 0001); ?BRAND NAME OR EQUAL?; QTY: 5 EACH; ITEM 0007: HAND-HELD TETHERED BAR CODE SCANNER; ?BRAND NAME OR EQUAL?; QTY: 1 EACH; ITEM 0008: FOUR-SLOT BATTERY CHARGER KIT; ADDITIONAL SPECS: Includes power supply, USB COM cable, and AC line cord; ?BRAND NAME OR EQUAL?; QTY: 1 EACH; ITEM 0009: SINGLE SLOT COMMUNICATIONS CRADLE FOR PROGRAM LOADING AND SET-UP DATA TRANSFER, BATTERY CHARGING; ?BRAND NAME OR EQUAL?; QTY: 1 EACH; ITEM 0010: THERMAL TRANSFER/DIRECT LABEL PRINTER; ITEM: MRA 5319T; ?BRAND NAME OR EQUAL?; ADDITIONAL SPECS: Thermal, with Ethernet LAN Card, 4? wide rolls, 8? outside diameter (OD); QTY: 1 EACH; ITEM 0011: BAR CODE LABEL DESIGN AND PRINTING SOFTWARE PROGRAM; ?BRAND NAME OR EQUAL?; QTY: 1 EACH; ITEM 0012: POLYPROPYLENE LABELS, KIMDURA; ?BRAND NAME OR EQUAL?; ADDITIONAL SPECS: 2? x 1?, 4,500 labels per roll; QTY: 6 ROLLS; ITEM 0013: RIBBON, THERMAL TRANSFER; ?BRAND NAME OR EQUAL?; ADDITIONAL SPECS: 2.5? x 1,182 feet; QTY: 3 ROLLS; ITEM 0014: ON-SITE TECHNICAL SERVICES FOR SET-UP AND TRAINING OF HAND-HELD PORTABLE SCANNERS/PRINTER SYSTEM; QTY: 1 EACH; ITEM 0015: TRAVEL; ESTIMATED TRAVEL COST REQUIRED TO SUPPORT ON-SITE TECHNICAL SERVICES. TRAVEL COSTS SHALL BE REIMBURSED IAW THE JOINT TRAVEL REGULATIONS (JTR); QTY: 1 EACH; ITEM 0016: ESTIMATED SHIPPING COST (IF APPLICABLE) TO PEARL HARBOR, HI 96860 If pricing is on an ?EQUAL? item, please provide a copy of the specifications as well as the make and model of the item being priced. Delivery shall be FOB Destination to Pearl Harbor, HI 96860. Please provide your best delivery schedule. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating by reference: 52.222-19 Child Labor ? Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilitie s, 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212), 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (OCT 2003) (31 U.S.C. 3332), 52.222-41 Service Contract Act of 1965, as Amended (JUL 2005) (41 U.S.C. 351, et seq.), 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.); 52.215-5 Facsimile Proposals; 52.252-2 Clauses Incorporated by Reference (Feb 1998). All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Represe ntations and Certifications - Commercial Items and 252.212-7001, Contr act Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payment Program (41 U.S.C. 10a-10d, E.O. 10582) and 252.232-7003, Electronic Submission of Payment Requests (MAR 2007) (10 U.S.C. 2227). Quoters are reminded to include a completed copy of FAR 52.212-3 and its ALT I with their quotes (see attached file). This announcement will close at 2:00 p.m. Hawaii Standard Time on September 20, 2007. Facsimile quotes will be accepted at 808-473-5750, or may be e-mailed to marisha.k.catian@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. All prospective quoters are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this announcement. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, delivery and technical acceptability. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Note: All information technology items must be Year 2000 compliant. Year 2000 compliant means information technology that accurately processes date/time data (including, but not limited to, calculating, comparing and sequencing) from, into and between the twentieth and twenty-first centuries, and the years 1999 and 2000, and leap year calculations. Furthermore, Year 2000 compliant information technology, when used in conjunction with other information technology, shall accurately process date/time data if the other information technology properly exchanges date/time data with it. ******* End of Combined Synopsis/Solicitation ********
- Record
- SN01406223-W 20070915/070913222950 (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 |