SOLICITATION NOTICE
70 -- Live Scan Booking Station
- Notice Date
- 9/10/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 2 CONS, 41 Vandenburg Ave, Barksdale AFB, Louisiana, 71110-2271, United States
- ZIP Code
- 71110-2271
- Solicitation Number
- FA4608-12-Q-9044
- Archive Date
- 10/2/2012
- Point of Contact
- Brandon J Boudreau, Phone: 3184566834, Traci A Hughes, Phone: 3184566887
- E-Mail Address
-
brandon.boudreau@us.af.mil, Traci.Hughes@us.af.mil
(brandon.boudreau@us.af.mil, Traci.Hughes@us.af.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 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 solicitation, FA4608-12-Q-9044, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-55 effective 3 Feb 2012). This procurement is 100% small business set-aside. The NAICS code is 334119 and the small business size standard is 1000 employees. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. You will not be eligible to receive an award if you are not in the Central Contractor Registration database. (Reference: FAR 52.204-99, System for Award Management Registration). The following commercial items is requested in this solicitation. The items being procured are: 0001 (1 EA) LS-CS1000p-DT 3m Cogent FBI-Certified Palmprint Livescan Scanner @ 1000 dpi, Desktop Computer & Livescan Application Software. Cogent SC1000p scanner and Cogent Finger capture processing software; :- Scan Software includes: WSQ compression module SW, duplicate and sequence SW, fingerprint quality check SW. 1-year warranty (8 x 5 support), or equal 0002 (1 EA) LS-CS1000p-D-00-MT Warranty Enhanced 10-print system: Warranty support services (available 8 hours/day, 5 days/wk) from date of purchase, including cross-shipping of replacement parts, or equal 0003 (1 EA) CS-CAB-FH-19 Fixed Height Cabinet for CS500e Scanner, Mounting Hdwe, Uninterruptable Power Supply (UPS), and 19" LCD Monitor, or equal 0004 (1 EA) LS-CS500e-DT(2) Desktop Computer with pre-installed operating system and application software, or equal 0005 (2 EA) LS Mgt SW 3M Cogent LS Management Software: Federal Livescan Management Software, Configured for Criminal & Applicant Enrollment & Inquiry Processing, or equal 0006 (1 EA) LS-JABS-IAFIS Submission / Connection: submit transaction records to FBI CJIS. Seat License. One Year Warranty, or equal 0007 (2 EA) CS-LSADD-CAM Digital Camera (LS peripheral). Digital SLR Camera with 18-55mm lens (Black) or similar; 10.1-megapixel CMOS sensor, USB 2.0. 2.5-inch LCD monitor, and live view function. 1-year warranty, or equal 0008 (2 EA) CS-CAB-ARM Camera mounting stand for LiveScan Cabinet. Add a camera mounting stand to a livescan workstation (elevated mounting arm with base that securely attaches camera to cabinet). Sold only with the purchase of a livescan workstation with a cabinet, or equal 0009 (1 EA) CS-LSADD-TRA-OC Implementation & Training: Installation & training at customer site - CONUS. All travel and per diem included, or equal 0010 (1 EA) CS1000e-DT 1000 ppi Criminal LiveScan Desktop Booking Station (Finger). An FBI- certified livescan system for capturing fingerprints @1000 dpi. Desktop configuration. Includes: host computer (Energy Star compliant); an LCD monitor (Energy Star compliant); a UPS for power backup; the latest version of 3M Cogent's Livescan software, and 3M Cogent's SC1000e livescan. Price includes a one-year warranty included with access to technical support from 8 to 5, Monday through Friday, or equal 0011 (1 EA) LS-JABS-IAFIS Submission / Connection: submit transaction records to FBI CJIS. Seat License. One Year Warranty, or equal 0012 (1 EA) CS-CAB-FH-19 Fixed Height Cabinet for CS1000e Scanner, Mounting Hdwe, Uninterruptable Power Supply (UPS), and 19" LCD Monitor, or equal 0013 (1 EA) CS-LSADD-TRA-OC2 Implementation & Training - Add'l Day: installation & training at customer site- CONUS. All travel and per diem included, or equal Note: Equal Items will be acceptable upon determination of technical acceptability in accordance with above Minimum Salient Characteristics relevant to this solicitation. The offer submittal shall list the item by part number, number of items being offered, the product description as listed above, and list the manufacturer. The offer shall list unit prices, total for each part number, and an overall totaled price. Delivery requirements: FOB Destination quotations are the only quotes that will be accepted. FOB origin offers will not be considered. Delivery date of 30 days after receipt of award shall be acceptable. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, and the following addenda applies to this acquisition. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, and the remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3, and follow the instruction as provided in the clause or be registered within Online Represenationtations and Certifications (ORCA) found at this website: https://orca.bpn.gov/. THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on price and technical acceptability. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer. Additionally the following clauses and provisions apply to this acquisition: 52.202-1 Definitions 52.203-5 Covenant Against Contingent Fees 52.203-6 Alt I Restrictions On Subcontractor Sales to the Government (Sep 2006) - Alternate I 52.204-7 Central Contractor Registration 52.204-9 Personal Identity Verification of Contractor Personnel 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008) 52.212-2 Evaluation - Commercial Items (Jan 1999) 52.212-3 Offerer Represenatations and Certification - Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, and includes the following clauses as cited: (b) 5, 16, 17, 18, 19, 20, 24(i), 24(ii), and 31 52.213-2 Invoices 52.222-3 Convict Labor 52.222-50 Combating Trafficking Persons 52.222-54 Employment Eligibility Verification 52.223-4 Recovered Material Certification 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-18 Place of Manufacture 52.232-1 Payments 52.232-33 Payment by Electronic Funds Transfer - Central Contrator Registration (Oct 2003) 52.233-4 Applicable Law of Breach of Contract Claim 52.243-1 Changes - Fixed Price 52.246-2 Inspection of Supplies - Fixed Price 52.247-34 FOB Destination 52.252-2 Clauses Incorporated by Reference Applicable DFARS clauses included: 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A 252.211-7003 Item Identification and Valuation 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items provisions 252.232-7003, 252-247-7023, 252.247-7024 252.243-7001 Pricing of Contract Modifications The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 12:00 PM (CST), 17 September 2012, 2 CONS/LGCB, 41 Vandenberg Ave, Barksdale AFB, LA 71110. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of Brandon J. Boudreau at (318) 456-2107. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to A1C Brandon J. Boudreau, Contracting Specialist, at (318) 456-6834, brandon.boudreau@us.af.mil or Traci Hughes, Contracting Officer, at (318) 456-6887, traci.hughes@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e6920c427f1b64aeb66fc3a4de71f177)
- Place of Performance
- Address: Barksdale AFB, Barksdale AFB, Louisiana, 71110, United States
- Zip Code: 71110
- Zip Code: 71110
- Record
- SN02875828-W 20120912/120911001044-e6920c427f1b64aeb66fc3a4de71f177 (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 |