MODIFICATION
63 -- HID Global RPKCL40-P PivCLASS Smart Card Readers
- Notice Date
- 5/15/2014
- Notice Type
- Modification/Amendment
- NAICS
- 334512
— Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
- Contracting Office
- 101 MSG/MSC Base Contracting, 101 Glenn Avenue, Suite 493, Bangor, ME 04401-3055
- ZIP Code
- 04401-3055
- Solicitation Number
- W912JD-14-Q-2006
- Response Due
- 5/29/2014
- Archive Date
- 7/14/2014
- Point of Contact
- JASON EDWARDS, 207-404-7107
- E-Mail Address
-
101 MSG/MSC Base Contracting
(jason.edwards.1@ang.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 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. COMBINED SYNOPSIS/SOLICITATION 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; offers are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is W912JD-14-Q-2006 and is issued as Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-73 and DFARS Change Notice (DCN) 20140506. The North American Industry Classification System is 334512. This requirement is a total small-business set aside. SUBMISSION AND EVALUATION OF PROPOSALS: To assure timely and equitable evaluation of the proposal, offerors shall follow the instructions contained herein. Offers shall be submitted as a single electronic package to the Primary Point of Contract email address not later than the date and time identified within this notice. The offer must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The responses shall consist of four (4) separate parts; Bid Schedule, Delivery Schedule, Technical Information and FAR 52.212-3 Alt I -- Offeror Representations and Certifications -- Commercial Items. Offers shall be evaluated using Lowest Prices Technically Acceptable criteria in accordance with FAR 15.101-2 and 52.212-2. BID SCHEDULE OF SUPPLIES: CLIN 0001 - 75 Each: HID RPKCL40-P PivCLASS Smart Card Readers Brand Name requirement. Shall comply with the attached Specifications Sheet MFR: HID Global MFR P/N: 923PPRNEK00008 DELIVERY SCHEDULE: 30 days - ARO F.o.b. - Destination. If Offeror is not able to meet this scheduled, the Offeror shall propose an alternative delivery schedule the Offeror can meet. Shipment shall be to the following address: Mark For DoDAAC - HQ0443 DFAS-Limestone Attn: Mr. Michael Kinney 27 Arkansas Road Limestone, ME 04751-6216 MULTIPLE AWARDS: The Government reserves the right to place awards to multiple venders. Multiple awards may result from this RFQ if no one vendor is able to meet the Government's delivery schedule. TECHNICAL INFORMATION: Offerors quoting an equivalent item shall include the Manufactures Technical Data with their offer. Technical data must clearly demonstrate the product offered meets the minimum specifications identified in the Bid Schedule of Supplies. Offers of equivalent products without the required technical data shall be considered non-responsive. PROVISIONS/CLAUSES: All FAR clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil. The following listed FAR clauses apply to this solicitation and are hereby incorporated: CLAUSES INCORPORATED BY REFERENCE FAR 52.212-1, Instruction to Offerors Commercial Items. The following addendum is provided to this provision: Quotations submitted shall contain - SOLICITATION NUMBER; COMPANY NAME; ADDRESS; COMPANY POINT OF CONTACT NAME; COMPANY E-MAIL ADDRESS; COMPANY TELEPHONE NUMBER; PROPOSED DELIVERY SCHEDULE; TERMS OF THE EXPRESSED WARRANTY; PRICE; ANY PAYMENT DISCOUNT TERMS AND; ACKNOWLEDGEMENT OF ANY AND ALL SOLICITATION AMENDMENTS. FAR 52.209-6, Protection the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6, Brand Name or Equal; 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 [IAW FAR 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alt I; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759); d)(2) and (3)); FAR 52.252-2, Clauses Incorporated by Reference DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights, DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive [IAW DFARS 252.212-7001 the following clauses are hereby incorporated by reference: FAR 52.203-3, Gratuities; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7021, Trade Agreements; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions. CLAUSES IN FULL TEXT FAR 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 item offered to meet the Government requirement; (ii) price; (iii) delivery schedule. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. All firms must be registered in the System for Award Management (SAM) database @ www.SAM.gov to be considered for award. All quotes shall be sent to MSgt Jason Edwards at: e-mail jason.edwards.1@ang.af.mil; or mail directly to Maine Air National Guard, 101 MSG/MSC, Attn: DFAS Card Access Readers, Bangor, ME 04401. Quotes are required to be received no later than 1:30 PM EST, Thursday, May 29, 2014. (End of Provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA17-1/W912JD-14-Q-2006/listing.html)
- Place of Performance
- Address: DFAS Limestone 27 Arkansas Road Limestone ME
- Zip Code: 04751-6216
- Zip Code: 04751-6216
- Record
- SN03367275-W 20140517/140515234926-9bb096eb15b230abeb47ce6829a1e5c0 (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 |