SOLICITATION NOTICE
75 -- Provide and install Micros 3700 Express Cash Register System
- Notice Date
- 10/19/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- 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
- FA3047-09-TC-0716
- Archive Date
- 11/11/2009
- Point of Contact
- Tara Y. Sidwell, Phone: 2106716017
- E-Mail Address
-
tara.sidwell@lackland.af.mil
(tara.sidwell@lackland.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis and 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; quotes are being requested and a written solicitation will not be issued. This procurement is being issued unrestricted. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-36 and DFARS Change Notice 20090825. The North American Industry Classification System (NAICS) code is 334119 and the size standard is 1000 employees. Solicitation number FA3047-09-TC0716 is issued as a request for quotation (RFQ). 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 faciliities including the Wilford Hall Medical Center cafeteria. The Micros Express 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. Same day on-site service/support is a must. Contract Line Item Numbers (CLINs) for this solicitation are as follows: CLIN 0001: Micros 3700 Cash Register System to include all Mfr Parts: P/Ns: 1 RES Valu-Pak 5 that includes the following: WS5, Touch Screen, 15" Active LCD Qty: 5 Price: ____________, Totals _____________ WS5 Adjustable Stands Qty: 5 Price: ___________, Totals ______________ HP RP5700, Dual Core, 2GB, 2-160GB HDD, 2NIC, 56K, XP Pro Qty 1 Price: ____________, Totals ________________ Ethernet Switch, D-link, 8-port (replaces 700350-004) Qty: 1 Price: _________, Totals _________ OnePlus 404 UPS w/USB Cable; 400 VA/268 Watts Qty: 1 Price: _________, Totals _________ OnePlus 254 UPS w/USB Cable; 254VA/167 Watts Qty: 6 Price: ___________, Totals _________ 6' Ethernet 10BaseT Patch Cable Qty: 12 Price: ______________, Totals ______________ *3700 RES POS Client Appl (each PCWS) Qty: 6 Price: ____________, Totals _____________ *3700 RES F2 Software, v4.x (1-9) Qty: 1 Price: ______________, Totals _______________ *3700 RES Time & Attendance Software, v4.x Qty: 1 Price: ___________, Totals _____________ *RES 4.x Software Media Kit, CD, Code, USB Key Qty: 1 Price: __________, Totals __________ *Export Utility (Runtime) Qty: 1 Price: _____________, Totals _____________ *RES4 Special, POS Transaction Analyzer, v4.x Qty: 1 Price: ___________, Totals ___________ * = software key required Brand name or equal for the following hardware: ROHS PCWS 2010, Celeron M, 512 MB, HD, XP Pro, 15" Display Qty: 1 Price: _______, Totals __________ Toledo Metler 8217 Scale w/int display (not for e7) Qty: 6 Price: _________, Totals __________ LCD 6" Pole Display; WS4, WS5 KWS4, 2010; ROHS Qty: 6 Price: _________, Totals ________ TM-T88/4, Thermal Printer, EDG IDN, w/PS180, Char Qty: 7 Price: _________, Totals ________ Small Profile Drawer, APG4000, Dual Media Slot, Fixed Qty: 7 Price: _________, Totals _______ US Robotics 56k/bps V90 External Modem Qty: 1 Price: __________, Totals ___________ Ext Hard Drive, 500GB, USB, LACIE 301302U Qty: 1 Price: __________, Totals ____________ 6' Ethernet 10BaseT Patch Cable Qty: 2 Price: ___________, Totals _______________ Modem Cable, 6', DB9F/DB25M Qty: 1 Price: ___________, Totals _____________ Cable; IDN Printer, 6 Pin to 6 Pin, Shielded Qty: 7 Price: ___________, Totals ____________ ONEAC RJ-45/Ethernet Protection Qty: 1 Price: __________, Totals _____________ ONEAC RJ-11 Analog Phone Line Protection Qty: 1 Price: __________, Totals __________ Brand name or equal for the following software: *3700 RES PMS/SIM Interface Software, v4.x Qty: 1 Price: ___________, Totals ___________ Scan Source Virtual Technician Software Qty: 1 Price: ___________, Totals _____________ Norton Antivirus Single User Qty: 1 Price: ___________, Totals _____________ *Enterprise Office: Foundation Qty: 1 Price: ____________, Totals _______________ *= software key required Miscellaneous Items: Case 3" 1-Ply Paper (50 Rolls) Qty: 1 Price: ____________, Totals ______________ Case 3 1/8' 1-Ply Thermal Paper (50 Rolls) Qty: 1 Price: __________, Totals ___________ Ribbon Cartridge, M/I Roll, U-200, Red/Black, Each (Minimum 12) Qty: 6 Price: __, Totals ____ 25 Pack Micros Magnetic Cards Qty: 1 Price: ________, Totals __________ POS Telephone Support; F1/F2; 3700/8700/9700 Qty: 1 Price: ______, Totals _______ Software Recovery F2 Qty: 1 Price: _________, Totals ___________ SITE VISIT: There will be a site visit of the WHMC cafeteria on Friday, 23 Oct 09 at 0900. All contractors interested in attending must contact Tara Sidwell 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 Tara Sidwell via e-mail no later than 10:00 AM on Thursday 22 Oct 09. The meeting point for the site visit is the main entrance of Wilford Hall Medical Center at 9:00 AM, please be on time. 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. See FAR clause 52.214-21, "Descriptive Literature". NOTE: It is the responsibility of any offeror that submits an "or equal" to provide sufficient evidence for the government to ascertain that it equals the Micros 3700 system. Failure to provide descriptive literature (FAR 52.214-21) shall be cause for rejection of the offer. FOB: __________________ for delivery to 59 LS/MSLE, Attn: MEMO, 2200 Bergquist Dr., Suite 1, Lackland AFB, TX 78236. The following clauses and provisions apply to this solicitation: 52.211-6 - Brand Name or Equal 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) FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items; FAR 52.212-4 - Contract Terms and Conditions--Commercial Items; Addendum: para (c) Changes is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR 52.212-5 (Deviation) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.214-21 - Descriptive Literature 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 52.222-50 - Combating Trafficking in Persons 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. FAR 52.252-6 - Authorized Deviations in Clauses, fill in: Defense Federal Acquisition Regulations Supplement (48 CFR Chapter 2) 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 Written offers are due no later than 27 Oct 2009, 12:00 p.m. Central Standard Time (CST). Offerors must be mailed to POC: Tara Sidwell at 37 CONS/LGCC, 1655 Selfridge Avenue, Lackland AFB TX 78236-5253, faxed to (210) 671-0674, or emailed to tara.sidwell@lackland.af.mil. Please be advised that the Government will treat proposals received after the deadline as late in accordance with FAR 52.212-1(f).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA3047-09-TC-0716/listing.html)
- Place of Performance
- Address: Wilford Hall Medical Center, 2200 Bergquist Dr, Lackland AFB, Texas, 78236, United States
- Zip Code: 78236
- Zip Code: 78236
- Record
- SN01987834-W 20091021/091019234829-8e4a382be991342f28248b230e2d1edf (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 |