Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 30, 2015 FBO #4936
SOLICITATION NOTICE

59 -- SmarTrack Software - Tax Form

Notice Date
5/28/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
F2VUHQ5112A001
 
Archive Date
6/25/2015
 
Point of Contact
Bryan T. Russell, , Alyson Gowin,
 
E-Mail Address
bryan.russell.2@us.af.mil, alyson.gowin@us.af.mil
(bryan.russell.2@us.af.mil, alyson.gowin@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Tax Form This is a combined synopsis/solicitation for a commercial supply and/or service 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; proposals are being requested and a written solicitation will NOT be issued. This is a Request For Quote (RFQ) and the solicitation number is F2VUHQ5112A001. This acquisition is a small business set aside. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: DESCRIPTION OF REQUIREMENT (BRAND NAME or EQUAL): Items to be procured are shown below (PLEASE BID ON ALL ITEMS OR NONE.): CLIN 0001 - SmarTrack SA; SmarTrack Client Software Only. Perpetual license for one processor. Lifetime technical support - 6 Each CLIN 0002 - SmarTrack SS; SmarTrack Server User Seat License. Perpertual license for one processor. Lifetime technical support - 6 Each CLIN 0003 - MT 2070 US GOVT SmarTrack 2D IUID Scanner Kit; MT 2070 Scanner Kit. Includes imager, charging base, USB cable, AC power pack and battery - 6 Each Any or equal items will be sent to the technical representative for evaluation. If providing "or equal" product, you must describe how your item meets or exceeds the brand name product. Failure to do so will result in non-responsive quote. The Government also reserves the right to make no award at all. Below are the characteristics "or equal" products must meet: - The software must be able to interface with the current SmarTrack software used by SOF repair technicians - The software must provide an electronic DA Form 2065 that details the maintenance work order numbers, work order dates, technician ID, dates in maintenance, dates out of service and parts awaiting order status - The software must provide a module that allows for the processing of maintenance using an electronic DA Form 2404, that further processes the equipment through a work order and then onto an electronic DA Form 2407. This DA Form 2407 must be kept in history for the lifetime of the product - The product must be able to interface with army PBUSE system - The product must be able to be upgraded to use Passive RFID and or GPS - The system must come with automated weapons hot counters that is integrated with all weapons types and electronically sends the data to the system software to update the maintenance records for quantity of shots fired - The system must provide a complete parts management and ordering system that in integrated with the DA Form 2405 and 2407 - The parts management system must be able to organize the entire parts room inventory, barcode each part bin, be able to inventory all parts using 2D barcoding and be able to issue and return parts using a CAC and PIN - All parts used by a technician must be tracked for issue, turn in and use of each part tied back to the item serial number - The parts management system must provide the ability to electronically automatically order parts from each manufacturer, supplier or OEM. The system must provide automated shipping documents and electronic shipping tracking information - The parts system must provide the process to turn in used parts to DRMO using an automated DA Form 1348. - The system must provide detailed technician repair services tracking, the tracking includes each and every item ever maintained, each and every part used, issued, turned in and total cost per part, part repair, man hours for repair and a total cost per item. These reports will be tracked by day, week, month and year for a period of 5 years - Malfunction reports are required to be tracked back to each maintenance repair technician with the resulting DA Form 2404 and 2407 surfaced. - The software must have a current CoN issued - The software must come with a perpetual license - The hardware must come with a 5 year replacement warranty - The software must integrate with the Motorola MC 75 hand held imager - The software must have a comprehensive ammunition management module that will account for, intake, issue and process expended ammunition and dunnage using DA forms and records - The system must automatically mark records and forms with the appropriate security classification Please read, fill out, and return Delinquent Tax Liability Form attachment 1. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82 effective 07 May 2015, DFAR DPN 20150420 effective 20 Apr 2015, and AFFARS AFAC 2015-0406 effective 06 Apr 2015. The North American Industry Classification System code (NAICS) is 334118, Computer Terminal and Other Computer Peripheral Equipment Manufacturing and the Standard Industrial Classification (SIC) is 5045, Computers and Computer Peripheral Equipment and Software. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. DELIVERY ADDRESS: Equipment is procured on behalf of USSOCOM, 7701 Tampa Point BLVD. (BLDG 153), MacDill AFB, FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management Maintenance; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontactors; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.204-10, Reporting Executive Compensation and First-tier Subcontract Awards; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; 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; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR 52.222-54, Employment Eligibility Verification; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003, Control of government personnel work product; DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A, DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of contract modifications. FAR 52.203-3, Gratuities; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7023, Notification of transportation of Supplies by Sea. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr Gregory S. Oneal, HQ AMC/A7K, 402 Scott Drive, Unit 2A2 Post 2A10, Scott AFB, IL 62225, (618) 229-0184, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Wednesday, 10 June 2015, by 10:00 A.M. EST. Submit offers or questions to the attention of SSgt Bryan Russell, 6 CONS/ LGCB, by email to bryan.russell.2@us.af.mil. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUHQ5112A001/listing.html)
 
Place of Performance
Address: 7701 Tampa Point BLVD. (BLDG 153), Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN03745254-W 20150530/150529035736-7c7b51e56f7b983098350fb0297d47fe (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.