Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 18, 2009 FBO #2610
SOLICITATION NOTICE

75 -- Cash Registers

Notice Date
1/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423420 — Office Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253
 
ZIP Code
78236-5253
 
Solicitation Number
FM304790057400__Novatnak
 
Archive Date
2/7/2009
 
Point of Contact
Brian Kieth Rollins,, Phone: 210-671-1739
 
E-Mail Address
brian.rollins@lackland.af.mil
 
Small Business Set-Aside
N/A
 
Description
The 37th Contracting Squadron at Lackland AFB has a requirement to upgrade the cash register system used at the Wilford Hall Medical Center (WHMC) cafeteria with the items listed in the description below. This is a streamlined 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. REQUIREMENTS: This is a Brand Name or equal requirement for a cash register system (this is not a sole source requirement). Justification: DoD has mandated the use of the Computrition accounting system software to be used in certain Air Force facilities including the WHMC cafeteria. The Micros 3700 Cash Register system has been tested and found to be fully compatible with the Computrition software without flaws. The procured cash register system must have the following capabilities: must be equipped to handle personal credit cards, must handle 3.5 thousand customers daily; have the ability to capture all data needed to process daily business reporting (e.g. sales reports, end of day closeout, reports for individual items, etc.); must have an internal backup battery-powered memory to capture necessary data and process customers to minimize interruption in service in case of a server failure; must be totally compatible with the new Computrition DoD-mandated accounting system; must be interactive with terminal and compatible printers; must have cash drawer/dual media with five-bill placement denomination slots. This notice constitutes the only notice. A written solicitation will not be issued. Solicitation number FM304790057400 is issued as a request for quote. The solicitation document and incorporated provisions and clauses are those in effect with the Federal Acquisition Circular 2005-26. THE NAICS CODE IS 423420; size standard 500. NATURE OF ACQUISITION: The cash register system will be the Micros 3700 Cash Register system or equal and will contain the following: 1) six terminal kit with printers 2) 5-bill cash drawers with dual media (6 each) 3) stands (6 each) 4) pole displays with standard mounts (6 each) 5) scales (6 each) 6) power back ups (7 each) 7) POS transaction analyzer (1 each) 8) SW-RES4 special PMS/SIM (1 each) 9) anti-virus software 10) PC Anywhere Communications Software 11) 19" flat panel monitor (1 each) 12) Linksys 8-port router (1 each) 13) programming, installation, training 14) 12-month parts and labor warranty 15) recurring annual maintenance contract SITE VISIT: There will be a site visit of the WHMC cafeteria on 21 Jan 09 at 0850. All contractors interested in attending must contact MSgt Novatnak in writing via e-mail with their company name and the names of employees attending. Contractors who do not currently have access to Lackland AFB will also need to provide in the e-mail the driver's license number, social security number, and date of birth of all attendees and check in through the main visitor’s center of Lackland AFB the morning of the site visit. Those interested in attending must reply to MSgt Novatnak via e-mail no later than 10:00 AM on Tuesday 20 Jan 09. The meeting point for the site visit is the main entrance of Wilford Hall Medical Center at 8:50 AM, please be on time. Please note, Monday 19 Jan 09 is a federal holiday and the contracting office will be closed. The government intends to award a firm-fixed price contract. Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 and 52.212-2 will be used (see 52.212-2 for evaluation criteria in Contract Terms and Conditions below ). PROPOSAL REQUIREMENTS: To prove technical capability, proposals must contain a brochure containing the offered items specifications along with pictures and confirmation from the contractor that the offered system is compatible with the Air Force Computrition accounting software. Vendors must do research to ensure their product will be fully compatible with no work stoppages. Specifications shall meet all criteria listed in the REQUIREMENTS section above. Proposals must also contain a delivery section which includes a delivery date and information on installation and training. Installation shall be done after the normal business hours, in this case, 5:00 PM, preferably on a Friday afternoon with training on Saturday. Finally, proposals shall contain the price. CONTRACT TERMS AND CONDITIONS: 52.212-1 - Instructions to Offerors - Commercial Items 52.212-2 Evaluation—Commercial Items. (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technical capability of the item offered to meet the Government requirement; 2) Delivery Schedule; 3) Price. Factor One (1) has a greater weight than Factor Two (2). Factor Two (2) has a greater weight than Factor Three (3). The factors are listed in descending order of importance. This may result in an award to a higher priced offeror. (b) 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. (End of provision) 52.212-3 - Offeror Representations and Certifications -- Commercial Items. 52.212-4 - Contract Terms and Conditions - Commercial Items 52.212-4 - Contract Terms and Conditions - Commercial Items Addendum. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in terms and conditions of this contract may only be made by written agreement of the parties, with the exception of: (1) Administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. Paragraph (n) of this clause is tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this contract shall pass to the government upon acceptance, regardless of when or where the government takes physical possession. Title of commercially-available-off-the-shelf (COTS) software is exempt from this paragraph. The terms and conditions of the software licensing agreement shall prevail in lieu thereof. 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Deviation). (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause. (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements ``(Nov 2007)'' (41 U.S.C. 351, et seq.) (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements ``(Nov 2007)'' (41 U.S.C. 351, et seq.) (x) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.219-28 - Post Award Small Business Program Rerepresentation 52.222-3 - Convict Labor 52.222-19 - CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (FEB 2008) 52.222-21 - Prohibition of Segregated Facilities 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-4 - Applicable Law for Breach of Contract Claim 52.252-1 - Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. 52.252-2 - Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 252.204-7004 Alternate A, Central Contractor Registration 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001- BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (JUN 2005) 252.225-7002- QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS (APR 2003) 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 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 of 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 ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, 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/AQC, 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. 5352.242-9000 Contractor access to Air Force installations. (AUGUST 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver’s license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) LOCAL STATEMENTS/INFORMATION Smoking in AETC Facilities: Contractors are advised that the Commander has placed restrictions on the smoking of tobacco products in AETC facilities. AFI 40-102 and its AETC Supplement 1, outline the procedures used by the commander to control smoking in our facilities. Contractor employees and visitors are subject to the same restrictions as government personnel. Smoking is permitted only in designated smoking areas. Lackland Air Force Base Traffic Code: The following traffic codes will be enforced and apply to all personnel operating vehicles on Lackland Air Force Base (LAFB). They are extracted from Lackland AFB Instruction 31-204, dated 6 Sep 02. For a complete listing of all LAFB traffic codes and all other applicable traffic policies and procedures, please contacting the contracting office. Cell Phone Usage: Contractors are advised that LAFI 31-204, Para A1.10.18 prohibits cellular telephone usage when approaching and entering any installation entry gate or exiting LAFB. In accordance with Title 32: National Defense; Part 634-Motor Vehicle traffic Supervision; Para 634.25, Installation Traffic Codes (3) Driver Distractions, cell phone usage on LAFB is prohibited in moving vehicles, unless used with a hands-free device. The 37th Security Forces Squadron (SFS) is strictly enforcing subject regulation. Those found in violation of this regulation are subject to be ticketed. Base Fire Prevention Program: The contractor will be required to comply with the fire prevention program regulation Lackland Air Force base Instruction 32-2001, Fire Prevention Program, dated 20 Feb 04. Security Requirements for Solicitations and Contracts (Aug 08) 1. Base Entry and Vehicle Control Requirements. Contractors shall comply with AFFARS Clause 5352.242-9000. Contractor personnel shall comply with all on-base traffic laws. Background investigations will be conducted by the government at no additional cost to the contractor on all contractor personnel prior to issuance of any base pass. 2. Government Computer Access Requirements. If this contact requires contractor personnel to have access to government computers, contractor personnel requiring access to government computers shall successfully complete a National Agency Check with Inquiries (NACI) request before obtaining access to the computer. These investigations shall be submitted by the government at no additional cost to the contractor. All contractor employees affected by this requirement must have completed an acceptable submission that complies with all directions for completing of the investigation request through the government security office within 30 calendar days of contract award or notice of award. 3. Freedom of Information. The contactor shall not respond to any Freedom of Information Act request or release any information in response to a Freedom of Information request. Any request for information received by the contractor under the Freedom of Information Act will be referred to the contracting officer. 4. Physical Security. The contractor shall comply with Force Protection Condition procedures, Random Antiterrorism Measures and local search/identification requirements. NOTE: The following list of products, if applicable to this order, must comply with Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C.794d). 1. Software applications and operating systems 2. Web-Based internet and internet information and applications 3. Telecommunications products 4. Video and multimedia products 5. Self contained, closed products 6. Desktop and portable computers Further information and guidance can be found at Interested parties capable of providing the above must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this combined synopsis/solicitation, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. Responses to this notice shall be provided in writing via e-mail to: MSgt Audra Novatnak, at audra.novatnak@lackland.af.mil and Susan Arnold at susan.arnold@lackland.af.mil. All RESPONSES SHALL BE RECEIVED BY NLT 4:00 PM CST on 23 JAN 09. Email is the preferred method. Point of Contact: MSgt Novatnak, Contract Specialist, Phone 210-671-0551, Fax 210-671-0674; Susan Arnold, Contracting Officer, Phone 210-671-0929, Fax 210-671-674.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bd5b87539b19b2d89383deca0c5ee7b6&tab=core&_cview=1)
 
Place of Performance
Address: 1655 Selfridge Ave, Lackland AFB, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN01734304-W 20090118/090116220041-bd5b87539b19b2d89383deca0c5ee7b6 (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.