Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2012 FBO #3945
SOLICITATION NOTICE

70 -- Inventory Management System

Notice Date
9/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334611 — Software Reproducing
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1600 Wright Brothers Ave, Bldg 3010, Seymour Johnson AFB, North Carolina, 27531, United States
 
ZIP Code
27531
 
Solicitation Number
FA4809-12-Q-0041
 
Point of Contact
James D. Pitcher, Phone: 9197221727, Zachary D. Leddy, Phone: 9197221728
 
E-Mail Address
james.pitcher@seymourjohnson.af.mil, zachary.leddy@seymourjohnson.af.mil
(james.pitcher@seymourjohnson.af.mil, zachary.leddy@seymourjohnson.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2005-60. This announcement constitutes the only solicitation, and is issued as a Request for Quotation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a 100% Small Business Set-Aside. This is a firm-fixed price procurement and will be procured using commercial procedures. Solicitation Number is FA4809-12-Q-0041. The NAICS code 334614 applies to this solicitation. The size standard is 750 Employees. The item description is as follows: CLIN 0001: This procurement is for the purchase Purchase and installation of software (1 Ea), scanner kit (1 Ea), and labels (700 Ea) for RFID inventory management system to manage 5,000 to 10,000 items. This system will be utilized by the 4th Component Maintenance Squadron (4 CMS) to track the use and product life of tools. System must be Cribmaster 200 or equal. 1) Inventory software capable of managing inventory from 5,000 to 10,000 items Ver. 7.6 Cribmaster 200 Unit: Each Qty: 1 Unit Price: 2) Administrative Software capable of maintenance of records, purchasing, engineering reports, etc. Ver. 7.6 Cribmaster 200 Unit: Each Qty: 1 Unit Price: 3) Motorola DS 9808 Near Field RFID and BarCode scanner functions Unit: Each Qty: 1 Unit Price: 4) Cribmaster RFID pistol scanner kit 617-13 includes capability of functioning beyond portal or cabinet Unit: Each Qty: 1 Unit Price: 5)DS9808 Scanner Service Plan- 3 Yr Warranty replacement plan for pistol scanner kit Unit: Each Qty: 1 Unit Price: 6) Xerafy Data Trak- Data tags Unique Encoded can be applied to any surface except liquid with strong and reliable read range 1.45"x.51".12" Unit: Each Qty: 300 Unit Price: 7) Xerafy Pico without case- small thin tag to be applied diractly to metal with strong and reliable read range.47"x.28"x.12" Unit: Each Qty: 200 Unit Price: 8)OmniD Prox Tag- can be applied to any surface except liquid with strong and reliable read range 1.3125"x.4375"x.15" Unit: Each Qty: 200 Unit Price: 9)Installation and Training for One Installation Specialist per day. Unit: Lump Sum Qty: 1 Unit Price: Total Price: FOB DESTINATION TO SEYMOUR JOHNSON AFB 27534 30 DAYS ADC. The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; The RFQ should be submitted and shall contain the following information: 1) RFQ number, 2) time specified for receipt of offers, 3) name, address, and telephone number of offeror, 4) terms of any express warranty, 5) price and any discount terms, 6) a completed copy of the representations and certifications at FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 7) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation, 8) Late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered. FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based on price. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, paragraphs (a)(1), (a)(2), (a)(3), b(12), (b)(28), (b)(29), (b)(31), (b)(38), (b)(42), (b)(47), FAR 52.204-99 System for Award Management Registration (DEVIATION), FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.211-6 Brand Name or Equal, FAR 52.219-1 Alt 1 Small Business Program Representations (Offerors must include a completed copy of this provision with their quote), FAR 52.219-28 - Post-Award Small Business Program Rerepresentation, FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Representation and Certification, FAR 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (DEVIATION), FAR 52.247-34 F.O.B. - Destination, FAR 52.252-1 Solicitation Provisions Incorporated by Reference (located at http://farsite.hill.af.mil), FAR 52.252-2 Clauses Incorporated by Reference (located at http://farsite.hill.af.mil). FAR 52.252-6 Authorized Deviations in Clauses. The following are also applicable to this solicitation: DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, DFARS 252.203-7005 Representation Relating to Compensation of Former DOD officials, DFARS 252.204-7003 Control of Government Personnel Work Product, DFARS 252.204-7008 Export Controlled Items, DFARS 252.209-7999 Representation by Corporations Regarding an unpaid Delinquent Tax Liability or a Felony conviction under any federal law (Deviation 2012-O0004), DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items, paragraphs (b)(1), (b)(23), (b)(29(i), (b)(29)(iv), DFARS 252.246-7000, Material Inspection and Receiving Report. AFFARS 5352.201-9101 Ombudsman. - If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM (ACC) Ombudsmen, LtCol Kristian S. Ellingsen, 129 Andrews Street, Suite 102, Langley AFB VA 23665-2769, phone: (757) 764-5373 fax: (757) 764-4400, email: kristian.ellingsen@langley.af.mil, Primary Point of Contact is A1C James Pitcher at (919) 722-1727 or at james.pitcher@seymourjohnson.af.mil and Alternate is A1C Zachary Leddy at (919) 722-1728 or at zachary.leddy@seymourjohnson.af.mil. Mailing address for quotes is 1600 Wright Brothers Ave, Seymour Johnson AFB, NC 27531. All quotes shall be received NLT 13 September, 2012 at 4:00 P.M. EST. Facsimile quotes will also be accepted at (919) 722-5424. ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) DATABASE PRIOR TO INVOICING IF AWARDED THIS CONTRACT. Information concerning SAM requirements can be accessed at http://www.sam.gov or by calling the Federal Service Desk at 1-866-606-8220.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/FA4809-12-Q-0041/listing.html)
 
Place of Performance
Address: 1110 HANGAR ROW, GOLDSBORO, North Carolina, 27531, United States
Zip Code: 27531
 
Record
SN02874948-W 20120912/120910235733-4fe5dd2b816c0859ce55c324e5911e99 (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.