Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 14, 2000 PSA #2685
SOLICITATIONS

52 -- 2 PAY AND DISPLAY PARKING SYSTEM MACHINES

Notice Date
September 12, 2000
Contracting Office
USAED, Sacramento, Corps of Engineers, Contracting Division, 1325 J Street, Sacramento, CA 95814-2922
ZIP Code
95814-2922
Solicitation Number
DACW05-00-Q-0207
Response Due
September 21, 2000
Point of Contact
Niki Haas, 916-557-7027
Description
DESC: This is a combined synopsis/solicitation for a commercial item in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ No, DACW05-00-Q-0207). The solicitation clauses and provisions are those in effect through Federal Acquisition Circular 97-19. The Standard Industrial Classification (SIC) Code for this acquisition is 3824. This requirement is a small business set-aside. The size standard for small business for this SIC Code is 500 employees. Direct quote and questions to the Contract Specialist: ATTN: Ms. Niki Haas, Army Corps of Engineers, CESPK-CT-A, 1325 J Street, Sacramento, CA 95814, Phone: 916/557-7027, Fax: 916/557-7854, E-mail: nhaas@spk.usace.army.mil (Compatible with Microsoft Office 2000 and earlier versions). Scope of Work: 1. General: The contractor shall supply and deliver to Hensley Lake, 25207 Road 407, Raymond, CA 93653, Madera County, California, two Pay & Display Parking Systems Machines. 2. Specifications: The contractor shall supply two Pay & Display Parking Systems Machines with the following equipment and options: a. System is capable of accepting $1, 5, 10, 20, &50-dollar bills, nickels, dimes, quarters, & Susan B. Anthony dollar coins and credit cards towards purchase of day use fees. Dispenses change when required. The systems must be capable of accepting both 'old' and 'new' paper money as well as dollar coins. The Park Manager will be advised when software upgrades are available. Utilizes a paper audit trail supported by electronic record of all transactions. Able to function as a single unit or operate in a networked environment, of up to 64 units on a network. Supported by a software package allowing user manipulation of rate structure and system configuration from a local remote site. Capable of utilizing battery back-up to power entire system in the event of a loss of the system power source. b. Rust and weatherproof blue case constructed of 10-gauge steel. Case design is large enough to allow for easy removal of internal components; bill acceptor, coin acceptor, printer, etc. c. System utilizes a liquid crystal front display house in a stainless steel case, must be able to read 24 hours a day. d. System utilizes a Spanish / English choice screen. e. System utilizes an anti-glare screen. f. System utilizes a thermal printer. g. System utilizes IBM compatible software. h. System utilizes an 8031micro-controller with two on-board timers, 128k bytes of RAM, external program ROM and an external watchdog timer. i. System utilizes a square tubular steel pedestal with steel plate. Pedestal shall have a hollow center for pulling power/communication lines. j. System will utilizes on-line communication for credit cards and point of sales. k. System integrates a choice menu and a ten key numeral pad. l. System unitizes an on-line alarm system, compatible with local monitor service. m. System must be able to withstand extreme temperature of 20 Fahrenheit and 120 Fahrenheit. n. One year warranty on parts and software. o. Two sets instructions for installment and two User Manuals. 3. Delivery: Systems shall be delivered to Hensley Lake, 25207 Road 407, Raymond, CA 93653, between the hours of 0800 and 1600 Monday through Friday. Contractor shall make equipment ready to unload by government owed forklift. Both machines will be delivered to Hensley Lake, 25207 Road 407, Raymond, CA 93653. FOB Destination. Delivery required not later than 21 January 2001. Point of Contact at Hensley Lake is Mr. Edward Armbruster, Phone: 559/673-5151. Work shall be performed in accordance with the contract clauses, provisions and specifications. The following FAR provisions apply to this solicitation: 52.212-1, Instructions to Offerors Commercial; 52.212-3 Alternate III, Offeror Representations and Certifications -- Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.212-6, . All responsible sources that can provide and meet the above requirement and wish to quote shall submit written quotations by mail or fax (916/557-7854). Evaluation/award will be based on the lowest priced quote which is technically acceptable. All quotes shall include prices, FOB Destination, a point of contact's name, phone and fax numbers, GSA contract number (if applicable), delivery date, business size, payment terms, Commercial and Government Entity (CAGE) Code, Facility Code (if applicable), DUNS Number, and fill-in information requested in Provision 52.212-3 Alternate III, Offeror Representations and Certifications -- Commercial Items; 52.219-6, Notice of Total Small Business Set-Aside. CCR registration shall be required for responsive determination (See below for CCR information). Quotes submitted in response to this solicitation shall be submitted by September 21, 2000 at 4 p.m., Pacific Standard Time, to the above address or via fax. The Government will award a purchase order resulting from this solicitation. FAR provisions can be found at the following website: http://www.arnet.gov. IMPORTANT: Offerors are cautioned that lack of registration in the CCR database will make an offeror ineligible for award. (The full text of this provision is included in the Department of Defense FAR Supplement (DFARS) at 252.204-7004.) In order to receive a contract award/order from a DoD activity the contractor must be registered in CCR (Central Contractor Registration). This rule took effect on 1 Jun 98. The CCR can be accessed through the web at: http://www.ccr.dlsc.dla.mil. 1. Click on the "INSTRUCTIONS" button. 2. At the next screen, select "http://www.ccr2000.com/handbook.cfm". 3. At the next screen, either download a registration handbook in PDF (Adobe Acrobat Reader) format, or select "Getting Registered". Questions regarding registration or the Registration Handbook should be directed to the CCR Assistance Center at 888/227-2423 or 616/961-4725. Since it may take approximately a week to have your registration processed, it is important to register immediately (if not already registered). If the offeror also needs a CAGE Code, one will be assigned through CCR upon registration. However, this will delay processing considerably. A CAGE code is needed prior to award.
Record
Loren Data Corp. 20000914/52SOL002.HTM (W-256 SN495860)

52 - Measuring Tools Index  |  Issue Index |
Created on September 12, 2000 by Loren Data Corp. -- info@ld.com