Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2007 FBO #2102
SOLICITATION NOTICE

70 -- Defense ID Mobilisa System

Notice Date
8/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 16th CON - Hurlburt, 350 Tully Street, Hurlburt Field, FL, 32544-5810, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F2F3197205A002
 
Response Due
9/30/2007
 
Archive Date
10/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Description: (The narrative description of the procurement action. Always use grammatically correct capitalization in this item. Insert N/A for all award entries.) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; a written solicitation will not be issued. The solicitation number is F2F3197205A002. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18, Effective 30 Jun 2007 & Class Deviation 2005-o0001. This award is as 100% set-aside for small business concerns under North American Industry Classification System Code 541511 and the small business size standard is $23 Million. The 1st Special Operations Contracting Squadron proposes to award a Sole Source purchase order to Mobilisa Identity Systems for the acquisition of one each Defense ID Mobilisa System. This is the only system known that provides a ruggedized PDA running Microsoft operating system with 1D and 2D barcode and magnetic strip scanning capabilities and simultaneously search electronically search approximately 140 databases for wants and warrants; check for fake credentials such as drivers licenses, ID cards in a secure mode with encryption and login user name and password protection. The system is also capable of discretely taking photos of suspicious individuals attempting to secure access to the installation and flag entries as suspicious, or turned-away at gate. The system also contains an Identity System Visitor Control that includes a desktop device capable of running Microsoft operating system with 2D barcode capability, visitor control function, badge printing capability, and picture capturing device. The system consists of the following items as a minimum: 12 each Sentry pistol grip ruggedized handheld with 1D and 2D barcode scanner with detachable magnetic strip reader attachment; main battery; extra battery; stylus; stylus retaining cord and extra stylus. Three Sentry Quad Handheld docking stations. Three Sentry handheld Single Quad Battery Charger. Two Agent Slimline palm-sized ruggedized handheld with 1D and 2D barcode scanner; magnetic strip reader attachment; carrying cases; extra battery; stylus and extra stylus. Visitor Center System ? 1 desktop w/512MB RAM, 80GB HD, uninterruptible power supply, tethered 1D and 2D barcode scanner, card printer, 500 bland visitor cards; 1 color camera and implementation report. One Agent handheld Quad docking station. One commercial internet connection to include three cable modems and service. Three Year Extended warranty. 5 year Secure access to remote Defense ID Control Center and Database subscription per device. All installation and training shall be included. Items are to be delivered FOB destination for inspection and acceptance by an authorized government official. The following clauses and provisions are incorporated by either reference or full text and are to remain in full force in any resultant purchase order: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Alt I). FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors; Commercial. FAR 52.212-2, Evaluation?Commercial Items. FAR 52.212-3, Offeror Representations and Certifications?Commercial Items. Proposals shall include a completed copy of the provision at 52.212-3with its quotation. Failure to do so may result in your proposal being considered non-responsive. FAR 52.212-4, Contract Terms and Conditions?Commercial Items. Registration with the Central Contractor Registry (CCR) is mandatory. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders?Commercial Items (Deviation) applies to this acquisition. 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 52.222-3, 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 52.22235, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. FAR 52.222-36, Affirmative Action for Workers with Disabilities. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.232-33, Payment by Electronic Funds transfer?Central Contractor Registration. FAR 52.233-3, Protest after Award. FAR 52.233-4, Applicable Law for Breach of Contract Claim. FAR 52.252-2, Clauses Incorporated by Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.204-7004, Alternate A. DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEV). DFARS 252.225.7001, Buy American Act and Balance of Payments Program. DFARS 252.232-7003, Electronic Submission of Payment Requests. 5352.201-7101, Ombudsman HF037, Wide Area Work Flow DODAAC and Email Distribution Table. All FAR and DFARS clauses and provisions can be viewed and/or obtained via the Internet at http://farsite.hill.af.mil. All responsible sources may submit a response, which if timely, will be considered. If offering an ?Or Equal? the offeror shall provide sufficient product literature to enable the Government to perform an in-depth evaluation for acceptability. This is an ?END OF YEAR? requirement. Funds are not presently available for this requirement. No award will be made under this solicitation (combined synopsis/solicitation) until funds are available. If funds are not received by 30 September of the current year, this requirement will be cancelled. Additionally, the Government reserves the right to cancel this solicitation (combined synopsis/ solicitation) at any time. POINT OF CONTACT: B.K. Stoeser, Contract Specialist, (850) 884-1271 Email: benjamin.stoeser@hurlburt.af.mil Jacqueline Hatten, Contracting Officer, (850) 884-3273 Jacqueline.hatten@hurlburt.af.mil Place of Performance: Hurlburt Field FL 32544
 
Place of Performance
Address: Hurlburt Field FL
Zip Code: 32544-5810
Country: UNITED STATES
 
Record
SN01386357-W 20070829/070827221235 (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.