SOLICITATION NOTICE
40 -- Direct Parts Marking Imagers
- Notice Date
- 9/19/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- Defense Logistics Agency, Acquisition Management, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3100-7198-3117
- Response Due
- 9/25/2007
- Point of Contact
- Linda Klinedinst, Contract Specialist, Phone 717 770-7390, Fax 717 770-7591,
- E-Mail Address
-
linda.klinedinst@dla.mil
- Description
- Presolicitation Notice: General Information Document Type: Presolicitation Notice Solicitation Number:SP3100-7198-3117 Posted Date: 19 September 2007 Opening Response Date: 21 September 2007 Closing Response Date: 25 September 2007 Archive Date: 31 October 2008 Classification Code: 70 - ADP Equipment Software, Supplies and Support Equip. NAICS Code: 334112 ? Computer Storage Device Manufacturing Contracting Office Address Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive, Bldg 404, DDC-AB, New Cumberland, PA 17070-5000 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12, Acquisition of Commercial Items, Subpart 12.6, 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. This solicitation is issued as a request for quote, solicitation number SP3100-7198-3117. The Defense Distribution Center, New Cumberland, PA (DDC) has a requirement for 15 DPM Imagers in accordance with the following salient characteristics. SALIENT CHARACTERISTICS Background: The intent of this action is to procure a quantity of fifteen (15) Direct Parts Marking (DPM) imagers that can read and process Unique ID (UID) serial numbers to Unique Item Identifier (UII) as defined by MIL-STD-130M embedded in two (2) dimensional data matrix barcodes of requisite size as defined in MIL-STD-130M. The barcodes are expected to print on label stock and adhere to the item; engraved, dot peen, electrochemical etching, laser, rubber stamped, decalcomania or photo anodized in the item itself or on a data plate attached to it. The imager must connect to a PC via USB port and appear to the PC to be a keyboard wedge-like device. The PC will be operating a TN3270E emulator such as Rumba or a web page to maintain a session with a CICS session on a IBM type mainframe operating OS390 or better mainframe. For the purposes of this procurement, the DPM imager must have a ?batch? mode, where the imager can be disconnected from the PC, scan and process a data matrix barcode and pass the distilled data to the PC program when the DPM Imager is reattached. Currently RF devices (such as the Bluetooth protocol) devices are not being considered. Note: MIL-STD-130M can be found at the following web site and is approved for public release. http://www.acq.osd.mil/dpap/UID/attachments/mil-std-130m-20051202.pdf Specifically: 1. Imager that is capable of reading and processing ECC 200 symbol data matrix dimensional barcodes that are printed on paper and plastic labels. 2. Imager that is capable of reading and processing ECC 200 symbol data matrix dimensional barcodes that are punched, dot peen, printed, etched or engraved on plastics and punched, dot peen, printed, etched or engraved on metals. Or any other approved method of marking as described in MIL-STD-130M Table II for the appropriate substrate material. This is defined as low, medium and high contrast. 3. Imager that is capable of reading, recognizing and processing ECC 200 data matrix barcodes to a standard as described in MIL-STD-130M (paragraph 5.2.7.2). The size ranges the imager must be capable of reading is defined in MIL-STD-130M (paragraph 5.2.3.2) and is set at no smaller than .0075 inch 00.19mm) and no larger than .025 inch (0.64mm). 4. Imager that is capable of reading, recognizing and processing linear barcodes to a specific standard as described in MIL-STD-130M (paragraph 5.2.7.2). 5. Imager must be capable of reading, recognizing and processing standard and propular linear symbologies. At a minimum 39, 93, UCC/EAN 128, UPC, are required. 6. Imager must be capable of reading and processing common 2 dimensional barcodes. At a minimum Data Matrix is required. The addition of PDF417 preferred. 7. Imager should provide at a minimum limited an acceptable/unacceptable verification ability of UID in the data matrix barcode. Additional verification ability is a plus. 8. The Imager must be able to read, recognize and correctly decode the 2D ECC data matrix symbol to the standard UID serial as defined in MIL-STD-130M (paragraph 5.2.4 and 5.2.5) and ISO/IEC 15434 and ISO-IEC 15418. This includes formats 05, 06, 12 This includes both constructs #1 and #2 This includes Data Identifiers: 17V, 7L, 12V, 3V, 18V, S, IP, IT, 4N, 1, 22S, 25S, 18S, and 30P as defined in MIL-STD-130M (Table VI) This includes Application Identifiers: 95, 21, 01, 10, 8002, 8003, 8004, and 240 as defined in MIL-STD-130M (Table VI) This includes ATA SPEC2000 CDD Text Element Identifiers such as: CAG, MFR, SPL, DUN, EUC, SER, UCN, SEQ, PNO, LOT, BII, UID, USN, UST, and PNR as defined in MIL-STD-130M (Table VI) or those replaced by the format 12. 9. The Imager must be capable of reading, recognizing, validating, decoding, assembling the full concatenated UII as described by MIL-STD-130M from the UID embedded in MH10 formats in the 2D data matrix barcode and apply the appropriate designator prefix and output that string to a PC/microcomputer. 10. Provide for a USB connection into the PC/microcomputer that emulates a keyboard wedge. The bar code scanned should appear to the computer as operator entered. 11. Provide for a minimum of 3 years warranty. 12. Provide for a minimum of 3 years of updates for firmware, programming and software changes to stay current with the latest revision of MIL-STD-130 13. No middleware, intermediate software, filter software, conversion software or routines, devices or software that resides outside of the imager or attendant hardware is acceptable. Configuration software to install updates, configure the unit to adapt to changes in barcodes, media the bar code or unit intelligence as applied to is not considered middleware and is acceptable. 14. For this procurement, a mechanism to store the UII data off line (commonly called batch mode), until plugged into a USB connection is required. 15. For this procurement action, wireless varieties that utilize technologies using frequency hopping spread spectrum are not to be considered. Bluetooth is currently a technology not being considered. 16. The selected device may be subject to a First Article Test Inspection (FATI) to ensure that salient characteristics are met. This acquisition is unrestricted. The associated NAICS code is 334112, and the associated small business size standard is 1000 employees. Unit Price Total Amount CLIN 0001, 15 each DPM Imagers ___________ ___________ Offerors shall provide the unit price and total amount inclusive of shipping costs (FOB Destination). Equipment shall be shipped to: Minimal Maintenance Plan DDSP-OMP Base Supply c/o Bill Byers/UII Scanners, Greg Woods C Street, Bldg 203, Door 12 Mechanicsburg, PA 17055 Payment will be made by Government Credit Card upon receipt of equipment. The Government requires delivery within 14 days after date of order. This notice incorporates provisions and clauses in effect through the Federal Acquisition Circular 2005-19. The following clauses are incorporated for purposes of this notice and will be included in the contract award document by either reference or full text: FAR 52.212-1 INSTRUCTIONS TO OFFERORS ? COMMERICAL ITEMS; FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS; FAR 52.212-4 CONTRACT TERMS AND CONDITIONS ? COMMERCIAL ITEMS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS ? COMMERCIAL ITEMS to include 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13, 52.232-36, 52.239-1; DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS; AND DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLETEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS to include 252.247-7023 (ALT III). DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM). These clauses may be viewed at http://farsite.hill.af.mil/ Additional required clauses other than those listed above may be included as Addenda on the award document. Offerors must submit a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS with the price quote or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with a quote will render an offeror ineligible for award. Evaluation for award shall be made in accordance with FAR Part 13, Simplified Acquisition Procedures, Subpart 13.106-2, Evaluation of Quotations or Offers. The Government intends to award a Firm-Fixed Price contract resulting from this notice on an all or none basis to the responsible offeror whose offer is the lowest price which meets product and delivery requirements. Offeror?s must provide descriptive literature with their quotes showing that the equipment proposed meets the salient characteristics incorporated into this requirement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed. Contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.bpn.gov. All questions and inquiries should be addressed via email to linda.klinedinst@dla.mil or faxed to (717) 770-7591 and must include: Request for Quote Number SP3100-7198-3117 Prices Technical information (descriptive literature) Representations/Certifications All offers are required to be submitted no later than (NLT) 12:00pm EDT on 25 September 2007. FAILURE TO SUBMIT ALL INFORMATION REQUIRED FOR THIS ACQUISITION WILL BE DISQUALIFIED FROM AWARD. Point of Contact Linda Klinedinst, Contract Specialist, Phone (717)770-7390, Fax (717)770-7591, Email linda.klinedinst@dla.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DLA/J3/DDC/SP3100-7198-3117/listing.html)
- Place of Performance
- Address: Defense Distribution Center New Cumberland, PA
- Zip Code: 17070-5001
- Country: UNITED STATES
- Zip Code: 17070-5001
- Record
- SN01412028-F 20070921/070920093038 (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 |