SOLICITATION NOTICE
99 -- Finger Print Machine - Justification & Approval
- Notice Date
- 9/20/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- 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
- F3T0WG4247AG01
- Archive Date
- 10/9/2014
- Point of Contact
- Kendall D. Ford, Phone: (919) 722-8559, Michael J Demers, Phone: 919-722-1753
- E-Mail Address
-
kendall.ford.1@us.af.mil, michael.demers.1@us.af.mil
(kendall.ford.1@us.af.mil, michael.demers.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Brand Name Justification & Approval This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2005-73. This announcement constitutes the only solicitation, and is issued as a Request for Quotation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is Unrestricted. This is a firm-fixed price procurement and will be procured using commercial procedures. Solicitation Number is F3T0WG4247AG01. The NAICS code 423430 applies to this solicitation. The size standard is 100 employees. The item description is as follows: CLIN 0001: TouchPrint TX 4100 system with laptop and software consisting of one Pelican carrying case for the TouchPrint desk and Laptop, one Product warranty upgrade 9/5, one TPE-HWOX modem, one OPM enterprise customization with PIV support, one TouchPrint authentication protocol with Challenge Handshake technology, one TouchPrint TM Simplex fingerprint card printer, one Product warranty upgrade 9/X5, one Standard one day installation and training service. FAR 52.217-6 Option for increased Quantity applies. Government will exercise option prior to 1 Oct 2014 if the option is to be exercised. Unit: Each Qty: 1 Unit Price: Total Price: FOB DESTINATION TO SEYMOUR JOHNSON AFB 27531 30 DAYS ADC. The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items 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 FAR 52.204-7 System for Award Management RegistratioN FAR 52.204-13 System for Award Management Maintenance FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.233-4 Applicable Law for Breach of Contract Claim 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 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 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 252.204-7004 Alt A System for Award Management Alternate A DFARS 252.204-7008 Export Controlled Items DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 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 252.211-7003 Item Unique Identification and Valuation DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.246-7000 Material Inspection and Receiving Report DFARS 252.243-7001 Pricing of Contract ModificationS AFFARS 5352.201-9101 Ombudsman Primary Point of Contact is A1C Kendall Ford at (919) 722-8559 and Alternate is MSgt Michael Demers at (919) 722-1753. Mailing address for quotes is 1600 Wright Brothers Ave, Seymour Johnson AFB, NC 27531. All quotes shall be received NLT 24 September 2014 at 3:00 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. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. This solicitation will be posted on the Federal Business Opportunities website only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/F3T0WG4247AG01/listing.html)
- Place of Performance
- Address: Seymour Johnson AFB, Goldsboro, North Carolina, 27531, United States
- Zip Code: 27531
- Zip Code: 27531
- Record
- SN03521417-W 20140922/140920233506-60ab2fe9f032fb721be03ff61223ee03 (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 |