Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2011 FBO #3591
SOLICITATION NOTICE

V -- Lodging Barcode Inventory System

Notice Date
9/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561499 — All Other Business Support Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
FA2860-11-T-0093
 
Archive Date
10/12/2011
 
Point of Contact
David Y Won, Phone: 2406125681
 
E-Mail Address
david.won@afncr.af.mil
(david.won@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Lodging Barcode Inventory System for the 11th SVS 21 September 2011 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. Solicitation number FA2860-11-T-0093 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. All responsible sources may submit an offer to be considered by the agency. Funds are presently not available for this contract. No legal liability on the part of the Government may arise until funds are made available. All submitted quotes must be valid through 12:00 AM, 1 October 2011. 2. This requirement is a 100% small-business set-aside. This is a brand name or equal requirement; any item with the same salient physical, functional, and performance characteristics of the brand name item will be accepted. The North American Industry Classification System (NAICS) code is 561499, and the business size standard is $7.0 million. 3. The Government will award a firm fixed price contract for logding barcode inventory system for the 11th SVS at Joint Base Andrews. The following items are being procured: CLIN Description Quantity Unit Price Total Price 0001 Software and Licensing. Item: PAB. Passport Suite/Stock Assets for one site and 1 concurrent user licenses 1 0002 Software and Licensing. Item: PABADLU - Passport Suite Additional Concurrent Users (2-5 additional concurrent user licenses) 1 0003 Software and Licensing. Item#PABPRT - Passport Suite Mobile Softward (for one mobile license) 1 0004 Software and Licensing. Item#PABADLRT - Passport Mobile Software (for 2-5 mobile licenses) 1 0005 Professional Services. Item: PAINSTALL - Passport on-line installation software 1 0006 Professional Services. Item#PATRAIN - Passport on-line training 4 0007 Mobile Barcode Scanner - for suite/commercial applications. Item: MC3190-GL4H24E0A - Motorola MC31 WM6.5 48 key numeric, 1D (pistol grip) 2 0008 Mobile Barcode Scanner - for suite/commercial applications. Item: SYM-CRD3000100RR-Desktop Charge/Comm. Cradle, Pwr Supply, Line CC 2 0009 Mobile Barcode Scanner - for suite/commercial applications. Item: 25-68596-01R- USB Comm. Cable for Desktop Cradle 2 0010 Desktop Barcode Label Printer - for office/suite applications. Item: GK42-100110-000 - Zebra Direct Thermal Transfer Printer (ser/part/USB/interface) 1 0011 Desktop Barcode Label Printer - for office/suite applications. Item: USB-5000-02M-USB Interface cable, 6' PC USB A-Printer USB B 1 0012 Desktop Barcode Label Printer - for office/suite applications. Item: 18924-C - Zebra PolyPro 3000T White label, 3"x1", carton (8 rolls, 16k labels, perf'd) 1 0013 Desktop Barcode Label Printer - for office/suite applications. Item:03200GS082407 - Zebra 3200 Wax/Resin Ribbon, Black 3.3", carton (12 rolls) 1 0014 Annual Support. Item: #SLVRSPT - Silver annual support (first user) 1 0015 Annual Support. Item: #ADLCON - Annual Support - Additional Users (for additional concurrent users) 1 4. Delivery Information FOB: Destination Delivery date: 30 days after date of contract. Delivery address: Jizelle Simms 1380 California Avenue Joint Base Andrews NAF, Maryland 20762 Contractor must provide an affirmative statement of their ability to meet the delivery requirement of 30 days after date of contract 5. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.211-6 - Brand Name or Equal (Aug 1999) 52.212-1 - Instructions to Offerors - Commercial; 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ‘Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. The government may communicate with an offeror in order to clarify or verify information submitted in their offer.; 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from http://orca.bpn.gov if registered in ORCA (On-line Representations and Certifications Application). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.214-31 - Facsimile Bids (Dec 1989); 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). The following clauses are applicable: 52.212-4 - Contract Terms and Conditions - Commercial Items (June 2010); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) (DEVIATION); 52.219-6 - Notice to Total Small Business Set Aside (Jun 2003); 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21 - Prohibition of Segregated Facilities (Feb 1999); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997); 52.232-18 - Availability of Funds (Apr 1984); 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.252-2 - Clauses Incorporated by Reference (Feb 1998) 52.252-6 - Authorized Deviations in Clauses (Feb 1998) 252.204-7004 - Alternate A, Central Contractor Registration (Sep 2007); 252.212-7001 - Contract Terms and Conditions Required to Implement Status (DEVIATION) 252.232-7010 - Levies on Contract Payments (Dec 2006); 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) (DEVIATION) applies to this acquisition and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Jan 2009); 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 5352.242-9000 - Contractor Access to Air Force Installations (Aug 2007). The following local clauses apply to this acquisition: 11CONS-004 - Environmental Compliance; 11CONS-007 - Personnel Security Requirements; 11CONS-010 - WAWF Instructions; 11CONS-011 - OMBUDSMAN (Aug 2005). 6. The contracting office address is as follows: 11th Contracting Squadron 1500 West Perimeter Road, Suite 2780 Joint Base Andrews NAF, MD 20762 7. All quotes must be sent via e-mail to David Won at david.won@afncr.af.mil. Questions shall be submitted no later than 12:00 PM EST, 24 September, 2011. Quotes shall be submitted no later than 12:00 PM EST, 27 September, 2011. Approved for posting by: Lt. Usmaan Z. Chaudhry _____________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-11-T-0093/listing.html)
 
Place of Performance
Address: 1380 California Ave, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02588541-W 20110924/110922235832-92b975c5c3f235f8916b58bfa804524b (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.