DOCUMENT
63 -- Electronic Identity and Visitor Management System - Attachment
- Notice Date
- 9/19/2014
- Notice Type
- Attachment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
- ZIP Code
- 33637
- Solicitation Number
- VA24814Q2132
- Response Due
- 9/25/2014
- Archive Date
- 10/5/2014
- Point of Contact
- FRANK LLOYD
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; electronic proposals are being requested and a written solicitation will not be issued. The solicitation number is VA248-14-Q-2132. The solicitation is issued as a Request for Quote (RFQ). The RFQ closing date and receipt of bids are due no later than 3:00 p.m. EST, September 25, 2014. Submit offers by email to Frank Lloyd, email: frank.lloyd@va.gov. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. The Government contemplates an award of a Firm Fixed Priced purchase order contract resulting from this solicitation. This acquisition is conducted as a 100% Small Business Set-Aside. The requirements will be fulfilled using the Simplified Acquisition procedures, FAR Part 13. The associated North American Classification System (NAICS) code is 561621 with a size standard of $20.5 million. The following clauses and provisions are applicable. FAR 52.202-1 Definitions (Jul 2004), FAR 52.204-6 Data Universal Numbering System (DUNS Number) Apr 2008), FAR 52.203-5 Covenant Against Contingent Fees (Apr 1984), FAR 52.203-6 Restrictions on subcontractors Sales To The Government (Sep 2006), FAR 52.203-7 Anti-Kickback Procedures (Oct 2010), FAR 52.204-7 Central Contractor Registration (April 2008), FAR 52.204-8 Annual Representations and Certifications (Feb 2009), FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011), FAR 52.212-1 (Instructions to Offerors - Commercial Items (Jun 2008), 52.212-2 (Evaluation - Commercial Items (Jan 1999), 52.212-3 (Offeror Representations and Certifications -- Commercial Items (Feb 2009), 52.212-4 (Contract Terms and Conditions -- Commercial Items (Mar 2009), 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Apr 2009), with the following clauses selected in paragraph b 52.222-3, Convict Labor (June 2003), FAR 52.213-2 Invoices (Apr 1984), FAR 52.216-24 Limitation of Government Liability (APR 1984), FAR 52.216-25 Contract Definitization (Oct 2010), FAR 52.222-17 Non-displacement of Qualified Workers (JAN 2013), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-50 Combating Trafficking in Persons (FEB 2009), 52.222-26, Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 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), 52.222-41 Service Contract Act of 1965 (Nov 2007), 52.225-1, Buy American Act--Supplies (Feb 2009), 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003), FAR 52.233-2 (Service Protest (Sep 2006), FAR 52.233-3 (Protest After Award (Aug 1996), FAR 52.233-4 (Applicable Law for Breach of Contract Claim (OCT 2004), FAR 52.252-2 (Clauses Incorporated by Reference (Feb 1998), FAR 52.224-1 Privacy Act Notification (Apr 1984), FAR 52.224-2 Privacy Act (Apr 1984), FAR 52.225-3 Buy American Act (Jun 2009), FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513), FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Dec 2012), FAR 52.232-1 Payments (Apr 1984) FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003), FAR 52.233-2 Service of Protest (Sep 2006), FAR 52.237-1 Site Visit (Apr 1984), FAR 52.249-1 Termination for Convenience of the Government (Apr Content/Alternative Dispute Resolution (Jan 2008), VAAR 852.252-70 Solicitation provisions or clauses incorporated by reference (JAN 2008), VAAR 852.273-74 Award without exchanges (JAN 2003), VAAR 852.273-70 Late offers (JAN 2003). The full text of these clauses is available at http://www.acquisition.gov and http://www.va.gov/oal/library/vaar/. Line Item 1. Electronic Identity and Visitor Management Software Quantity - 1 EA DESCRIPTION OF REQUIREMENT TO BE ACQUIRED. Electronic Identity and Visitor Management System Software and Hardware that can automate data entry from driver's licenses, government ID's and Passports by scanning said documents. The software must have the capability to store information to recall archived data and display photo with previously entered information. Simple use operation using point and click procedures. The software must have the capability to cross reference external and internal watch list with the ability to link external criminal databases. Software and Network scalability: Compatible with Windows XP, Vista, 7, & 8 Mac OS 10.2.8 or later with capability to print badges (passes) with current personal photo, display time and expiration date on pass, designate groups and assign destination for personnel management. Software must be able to support and run the following hardware to be purchased. Line Item 2. 1EA - Software Registration Line Item 3. 2EA - Intelligent Photo Image Capture Device Line Item 4. 2EA - Intellicheck Mini-ID DCM Data Capture Device Combination License Reader (2D, Magstripe Reader) Line Item 5. 2EA - 400 DYMO Turbo Thermal (Black & White) Printer Model: H-1265 Line Item 6. 20 EA - DYMO Adhesive Name Badges, White, 2-7/16" x 4-3/16" (67x106mm) Model: 30857 Line Item 7. 1EA - On-Site Installation The Buyer is allowing Sellers to submit bids that either meet or exceed the requested specification. Sellers must identify exactly what they are bidding (including make, model, and description) for the bid to be considered. Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.). EVALUATION FACTORS AND BASIS FOR AWARD The government intends to evaluate bids using Lowest Price Technically Acceptable that meets the technical requirements. The government will determine the technical acceptability of all proposals and then identify which of these proposals offered the lowest price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24814Q2132/listing.html)
- Document(s)
- Attachment
- File Name: VA248-14-Q-2132 VA248-14-Q-2132_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1644020&FileName=VA248-14-Q-2132-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1644020&FileName=VA248-14-Q-2132-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-14-Q-2132 VA248-14-Q-2132_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1644020&FileName=VA248-14-Q-2132-000.docx)
- Place of Performance
- Address: JAMES A. HALEY VETERANS MEDICAL CENTER;13000 BRUCE B. DOWNS BLVD;TAMPA, FL
- Zip Code: 33612
- Zip Code: 33612
- Record
- SN03520223-W 20140921/140919235438-afd6c5e24e2853309b87ff1b7a906b8d (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 |