Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2017 FBO #5726
SOLICITATION NOTICE

70 -- Tameran Quickscan ACS Aperture Card Scanners - RFQ 831710640

Notice Date
7/26/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
831710640
 
Archive Date
8/17/2017
 
Point of Contact
Ellistene D Curry, Phone: 618-229-9120
 
E-Mail Address
ellistene.d.curry.civ@mail.mil
(ellistene.d.curry.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2 - Salient Characteristics Attachment 1- EPL_MI&RR 1. The Defense Information Technology Contracting Organization (DITCO), Contracting Division, Hardware Section (DITCO/PL8322), 2300 East Drive, Scott AFB, IL 62225-5406, intends to issue a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. The solicitation number 831710640 and the solicitation is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94. 2. This RFQ is a total small business set aside. The associated NAICS code is 334118 - Computer Terminal and Other Computer Peripheral Equipment Manufacturing. The small business size standard is 1,000 employees. 3. This requirement is for procurement of Tameran Quickscan ACS Aperture Card Scanners. See Attachment 2 for Salient Characteristics. Quotations must be submitted on the attached RFQ_EPL/MI&RR document in MS Excel format utilizing Attachment 1. Failure to provide pricing on the DISA provided template (Attachment 1) may result in removal of your quote from further consideration. All formulas shall remain present in the spreadsheet for verification. The Government reserves the right not to consider for award any quotation that does not adhere to the administrative requirements of this RFQ. 4. The delivery date is 30 calendar days after receipt of order. Shipping must be Free On Board (FOB) Destination. No partial shipments are permitted unless specifically authorized at the time of award. 5. The place of delivery is Pugent Sound Naval Shipyard, Building 850A, 5th Floor, 1400 Farragut Avenue, Bremerton, WA 98314. 6. Open Market quotes are accepted in this solicitation. Interested vendors are asked to submit their quotes for the above requirement. Quotes MUST be good for at least 30 calendar days after close of the solicitation. The payment method is through Wide Area Work Flow. New equipment ONLY; no remanufactured or "gray market" items. All items MUST be covered by the manufacturer warranty. This is a BRAND NAME OR EQUAL requirement. If you are unable to deliver the line items that are requested, DO NOT BID. 7. The agency intends to award a firm-fixed price purchase order using the lowest price technically acceptable methodology. After receipt of quotes, the Government will first evaluate the lowest price quote. If the lowest price quote is determined to be technically acceptable and otherwise properly awardable, no further evaluations will be conducted, and award will be made. If, however, the lowest price quote is determined to be technically unacceptable and/or otherwise not properly awardable, further evaluations will be conducted. 8. An offeror must be registered in the System for Award Management (SAM) before an award can be made to them. If an offeror is not registered in SAM, it may do so through the SAM website at http://www.sam.gov. 9. Please provide your DUNS Number, CAGE code, Contractor Point of Contact, Phone Number, E-mail Address, Fax Number, Payment Term (net 30) or Discount, and Business Size (i.e., small, women-owned, etc.), with your quote. 10. This solicitation does not have a Defense Priorities and Allocation System (DPAS) rating. 11. Questions should be addressed to ellistene.d.curry.civ@mail.mil. The phone number is (618) 229-9120. Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered. 12. Quotes are due on August 2, 2017 at 11:00 AM (ET) and should be submitted to the contract specialist at DITCO via the following email address: ellistene.d.curry.civ@mail.mil.. 13. The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference or full text: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, the selected offeror must submit a completed copy of the listed representations and certifications ONLY if the offeror is not registered in SAM. FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation 2013-O0019), paragraph (b)(1) as required by the clause. The Section 508 Accessibility Standards 1194.26, Desktop and Portable Computers, and 1194.31, Functional Performance Criteria, apply. PROVISIONS/CLAUSES FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.204-19, Incorporation by Reference of Representation and Certifications FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2016 Appropriations. FAR 52.212-1, Instructions to Offerors-Commercial FAR 52.212-3, Offeror Representations and Certifications-Commercial Items FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52-212-5, Contract Terms and Conditions (Deviation) FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-13, Notice of Set-Aside of Orders FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1, Disputes FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR,243-1, Changes-Fixed Price FAR 52-247-34, F.O.B. Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-5, Authorized Deviations in Provisions FAR 52.252-6, Authorized Deviations in Clauses FAR 52.253-1, Computer Generated Forms 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 252.204-7006, Billing Instructions DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.211-7008, Use of Government-Assigned Serial Numbers DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7001, Buy American And Balance Of Payments Program-Basic (Dec 2016) DFARS 252.225-7002, Qualifying Country Sources As Subcontractors DFARS 252.225-7048, Export-Controlled Items DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data 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 252.239-7017, Notice of Supply Chain Risk DFARS 252.239-7018, Supply Chain Risk DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.244-7000, Subcontracting for Commercial Items DFARS 252.246-7000, Material Inspection and Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea DARS 52.204-9000, Points of Contact DARS 52.204-9001, Contract/Order Closeout-Fixed-Price, Time and Materials, or Labor-Hours DARS 52.209-9000, Organizational and Consultant Conflicts of Interest DARS 52.211-9000, Requirement to Submit an Electronic Product List Provisions and clauses provided by reference can be viewed on http://farsite.hill.af.mil. Class Deviations may be viewed on http://www.acq.osd.mil/dpap/dars/class_deviations.html
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/831710640/listing.html)
 
Place of Performance
Address: Pugent Sound Naval Shipyard, Building 850A, 5th Floor, 1400 Farragut Avenue, Bremerton, Washington, 98314, United States
Zip Code: 98314
 
Record
SN04599715-W 20170728/170726232630-b295759cce053d08cca9b8cf38157e35 (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.