SOLICITATION NOTICE
70 -- Transportation Worker Identification Credential (TWIC) handheld computer equipment and software, configuration & training
- Notice Date
- 8/27/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Surface Deployment and Distribution Command (SDDC), ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
- ZIP Code
- 22332-5000
- Solicitation Number
- W62P4J01483000
- Response Due
- 9/3/2010
- Archive Date
- 11/2/2010
- Point of Contact
- MIGUEL A. COLUNGA-HUERTA, 618-220-5069
- E-Mail Address
-
Surface Deployment and Distribution Command (SDDC)
(miguel.colungahuerta@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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; proposals are being requested and a written solicitation will not be issued. This requirement is set aside for 100% Small Business (SB) concerns. The applicable NAICS code is 334119; the Small Business Size Standard is 1000 employees. The Government intends to issue a firm-fixed price award resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price. Questions concerning this solicitation should be directed to Miguel A. Colunga-Huerta, Contract Specialist via email to miguel.colungahuerta@us.army.mil. OFFER DUE DATE/LOCAL TIME: 3 September 2010, 5:00 PM CST LINE ITEMS / DESCRIPTION / QUANTITY 0001, Item IM2700, TWIC Reader, Rugged Mobile Handheld Computer w/ TWIC Reading Capability via 1D and 2D Barcodes, Magnetic Stripe, Smart Chip, Proximity or RFID, and Biometrics, Qty 2 EA 0002, Three-Year Extended Warranty for TWIC Reader, Qty 2 EA 0003, Item IM2701, TWIC Reader Single Docking Station, Qty 2 EA 0004, Three-Year Extended Warranty for TWIC Reader Docking Station, Qty 2 EA 0005, Item IM3300, Management Center Software Site License, Remote tool for reports and management functions for the Defense ID System, Qty 1 EA 0006, Item IS901, Site Survey - Gates/Devices on-site inspection, coordination, project design, and implementation report, Qty 1 PKG 0007, Item IS908, IM2700 configuration and installation of Defense ID handhelds by network engineers and product support specialists, Qty 1 PKG 0008, Item IS921, Training Security Officers to include one 'train the trainers' session, two train the security officers sessions, security officer, trainee materials, trainer documentation, and 1 training DVD. Qty 1 PKG 0009, Defense ID Monthly Database Subscription, 12 months per device x 2 EA devices = Qty 24 Months (The item numbers referenced pertain to Intellicheck Mobilisa Inc, the suggested manufacturer) DELIVERY INFORMATION Delivery City/ZIP: Concord, CA 94520 (Full Address to be provided upon award) Required Delivery Date: 30 days (or less) after date of contract The following provisions and clauses apply to this acquisition (the full text of FAR and DFAR references may b accessed electronically at http://farsite.hill.af.mil/) 52.204-7 Central Contractor Registration 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.211-6 Brand Name or Equal 52.212-1 Instruction to Offerors Commercial Items 52.212-2 Evaluation Commercial Items(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: (i) Technical capability of the items and service offered to meet the Government requirement; and (ii) Price. In order for the quote to be considered technically acceptable, the Government will make a determination of technical acceptability by evaluating the following: (i) Ability of the offeror to meet the schedule or timeline as stated in this solicitation (ii) The ability for the offeror to meet the salient characteristics and/or brand name or equal items provided within each item requested. 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. 52.212-3 Offerors Representations and Certifications Commercial Items. The provision FAR 52.212-3 shall be returned with the quote or acknowledge that Annual Representation and certification at Online Representations and Certifications Application (ORCA) are complete. Submission of the first page of ORCA is also acceptable. 52.212-4 Contract Terms and Conditions - Commercial Items. 52.247-34 FOB Destination 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.204-10 Reporting Executive Compensation and First- Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.225-13 Restrictions on Certain Foreign Purchase; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c2f6c5b1ebe783809cb52924cd37aac3)
- Place of Performance
- Address: Surface Deployment and Distribution Command (SDDC) ATTN: MIGUEL A. COLUNGA-HUERTA Scott AFB IL
- Zip Code: 62225
- Zip Code: 62225
- Record
- SN02258729-W 20100829/100828000025-c2f6c5b1ebe783809cb52924cd37aac3 (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 |