SOLICITATION NOTICE
70 -- Programmed Hand Held Scanners - Attachments
- Notice Date
- 4/19/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3300-12-Q-0059
- Archive Date
- 5/12/2012
- Point of Contact
- Alan M Noble, Phone: 717-770-4192
- E-Mail Address
-
Alan.Noble@dla.mil
(Alan.Noble@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 2: Brand Name or Equal Salient Characteristics 4800iSR Attachment 1: Brand Name or Equal Salient Characteristics 4820i This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Acquisitions of Commercial Items and FAR 13 - Simplified Acquisition Procedures 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. Solicitation SP3300-12-Q-0059 is being issued as a Request For Quote (RFQ). This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-56 effective 02 April 2012 (includes FAC 2005-57 effective 15 March 2012), Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20120330 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2012-31. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This acquisition is unrestricted to business size. For informational purposes only, the North American Industrial Classification System (NAICS) code for this acquisition is 334119 with a small business size standard of 1,000 employees. This acquisition is for Brand Name or Equal for Hand Held Products, Inc. DBA Honeywell Imaging and Mobility models 4820i Industrial Wireless Imager with DLA modification and model 4800iSR Imager with DLA modification. The DLA modifications are specified in the attached Brand Name or Equal attachments for both models. The Government is not soliciting for the "same old way" of doing business. The Government encourages proposals that will achieve savings through innovative processes. Furthermore, DLA Distribution personnel are working to eliminate unnecessary requirements and negotiating for a reduction in supplies and services prices. Therefore, your assistance is requested in reducing prices and improving our buying processes. CLINs Description: Brand Name or Equal Hand Held Products, Inc. DBA Honeywell Imaging and Mobility model 4820i Industrial Wireless Imager with DLA Modification in accordance with the attached Brand Name or Equal Specifications CLIN 0001; Part Number: 4820i; Qty: 30 EA @ Unit Price $_______per EA; Extend Price $_____________ Description: Brand Name or Equal Hand Held Products, Inc. DBA Honeywell Imaging and Mobility model 4800iSR Imager with DLA Modification in accordance with the attached Brand Name or Equal Specifications CLIN 0002; Part Number 4800iSR; Qty: 30 EA @ Unit Price $_______per EA; Extended $_____________ Total Extended Price: $________________________ Delivery Information: F.O.B. Destination Ship To: DLA Information Operations 467 "W" Street Bremerton WA 98314 Attachments: Attachment 1: Brand Name or Equal Salient Characteristics 4820i Attachment 2: Brand Name or Equal Salient Characteristics 4800iSR Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The preferred method of payment for supplies under this order is through a Government Purchase Card, but it is not required for consideration to be evaluated for award. If an offeror accepts Government Purchase Cards as a method of payment without charging the Government additional fees, then the offeror must state on their offer "Government Purchase cards are accepted as a method of payment without charging additional fees". Otherwise the method of payment will be through the Defense Finance and Accounting Service (DFAS). The following FAR, DFARS, and DLAD clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (e) multiple offers and (h) multiple awards. DLAD 52.204-9002 Solicitation Provisions and Contract Clauses Statement FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation FAR 52.211-6 Brand Name or Equal NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database in accordance with FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number (2) Solicitation number (3) Pricing for all CLINs (4) Brand Name or Equal • All offerors regardless of providing the Brand Name product must provide a statement on their own company letterhead stating that the delivered imagers will be programmed as required in the attached Brand Name or Equal Specifications, and the letter signed by a company official. • If providing other than the specified brand name product in accordance with the attached Brand Name or Equal specifications, then the offeror shall provide the required descriptive literature that clearly indicate the products offered meet the attached salient characteristics in accordance with provision FAR 52.211-6 - Brand Name or Equal. (5) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (6) Completed provision FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items or a statement that the offeror has a current Online Representations and Certifications Applications (ORCA). (7) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) Evaluation The Government intends to award one firm-fixed price contract to the lowest priced technically acceptable responsible offeror on an all or none basis. The following factors shall be used to evaluate offers: Technical Evaluation: Technical acceptability will be performed on a "Pass or Fail" basis. (A) Brand Name or Equal evaluation in accordance with provision FAR 52.211-6. In order to receive a technical evaluation of "Pass", the offeror's proposed product shall meet the attached salient chracteristics for both scanners. The offeror shall demonstrate through submitted descriptive literature in accordance with FAR 52.211-6 that proposed products meet the attached specifications. If an offeror does not provide the required descriptive literature that clearly indicates the products offered meet the required specifications required in provision FAR 52.211-6, then the offeror will be found technically unacceptable and not be further evaluated for price or technically acceptability. (B) Imagers programed in accordance with attached Brand Name or Equal salient characteristics to meet the DLA modification requirement. The minimum requirement to receive an evaluation of "pass" is a letter on the offeror's own letterhead stating the proposed Brand Name or Equal imagers will be programed in accordance with the attached Brand Name or Equal salient characteristics and the letter signed by a company official. If the offeror does not provide a letter stating that the imagers will meet the specified programming requirement, the offeror will be found technically unacceptable and not evaluated for price. All technically acceptable offerors receiving an evaluation of "Pass" for both technical evaluations will be evaluated for lowest price. Price Evaluation: The Government intends to award one Firm-Fixed Priced contract to the lowest priced technically acceptable offeror on an all or none basis. 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 offer's 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. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. DLAD 52.233-9000 AGENCY PROTESTS Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) FAR 52.212-4 Contract Terms and Conditions-Commercial Items, Addenda to FAR 52.212-4: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items in paragraph (b) the following clauses apply: FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.219-28, Post Award Small Business Program Rerepresentation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999). FAR 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.232-36, Payment by Third Party DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.247-7023, Transportation of Supplies by Sea; Alternate III DFARS 252.232-7010 Levies on Contract Payments DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) (FEB 2007) (a) This clause only applies when wood packaging material (WPM) will be used to make shipments under this contract and/or when WPM is being acquired under this contract. (b) Definition. Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD). (c) All Wood Packaging Material(WPM) used to make shipments under DOD contracts and/or acquired by DOD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, "Guidelines for Regulating Wood Packaging Materials in International Trade." DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo. (1) All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/). (2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp. (d) Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government. (End of Clause) All questions and inquiries should be addressed via email to Alan.Noble@dla.mil, Request for Quote Number SP3300-12-Q-0059. Pricing and representations/certifications are required NLT 4:00 PM EDT 27 APRIL 2012. This information should be submitted to above email address or faxed to 717-770-7591. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-12-Q-0059/listing.html)
- Place of Performance
- Address: DLA Information Operations, 467 'W' Street, Bremerton, Washington, 98314, United States
- Zip Code: 98314
- Zip Code: 98314
- Record
- SN02726082-W 20120421/120419235413-9d5f1f7a023eb5eaff48a66b1dcddad3 (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 |