Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2018 FBO #6152
SOLICITATION NOTICE

70 -- Eye Tracking Hardware, Software, and Support

Notice Date
9/25/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Social Security Administration Office of Acquisition and Grants 1540 Robert M. Ball Building 6401 Security Blvd Baltimore MD 21235
 
ZIP Code
21235
 
Solicitation Number
28321318Q00000863
 
Response Due
9/27/2018
 
Archive Date
10/15/2018
 
Point of Contact
SNEERINGER, LAWRENCE
 
Small Business Set-Aside
N/A
 
Description
This is 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; quotations are being requested and a written solicitation will not be issued. (i) Reserved (ii) The Request for Quotation (RFQ) number is 28321318Q00000863. (iii) The solicitation document and incorporated provisions and clauses are those in effect through FAR Circular 2005-100, August 22, 2018. (iv) The associated North American Industrial Classification System (NAICS) code is 334118, Computer Terminal and Other Computer Peripheral Equipment Manufacturing with a size standard of 1,000 employees; however, this is not a set-aside. The Government is conducting this acquisition on a full and open basis. Both small and other-than-small businesses may respond. (v) For a list of line item number(s) and items, quantities, and units of measure, refer to the attached Parts List. (vi) The Social Security Administration (SSA) currently requires eye tracking hardware and associated software. For more information, refer to the attached Statement of Work. (vii) The anticipated delivery date is 30 days after award. The following location serves as the place of delivery: Social Security Administration Robert M. Ball Bldg, Loading Dock 6401 Security Blvd Baltimore, MD 21235-0001 Note: The successful Offeror shall deliver all items on an FOB-Destination basis (i.e., inclusive of all delivery costs, taxes and fees). (viii) The provision at 52.212-1, Instruction to Offerors “ Commercial, including the following addenda, apply to this acquisition: The Government will attempt to satisfy this requirement on a brand name or equal to basis. Therefore, the Offeror must be an authorized reseller of the manufacturer whose products it proposes. The Government will not accept counterfeit, refurbished, or otherwise recertified items. As part of its response, the Offeror shall provide the following: A signed and completed SF 18 with vendor point of contact information (i.e., name, phone number, and email address) Company name, DUNS number, and CAGE code Completed fill-ins under Section C-7 of the Addendum to the SF 18, as highlighted The country or origin of all items with applicable part numbers, descriptions, and unit prices listed for each item A comprehensive overview of all warranty terms and conditions, including the period of coverage, contact information for technical support (e.g., name, phone number, email address, etc.), and details regarding repairs (e.g., onsite or offsite and whether parts and labor are included) For more information on the required technical specifications as well as the functional and performance characteristics, refer to the attached Parts List and Statement of Work, respectively. As part of its response, the Offeror shall also confirm that 1) all proposed items meet the requirements of the solicitation and that 2) all proposed items are new, unaltered, unused, and in their original packaging, as applicable. Should the Government determine that an Offeror ™s submission is technically acceptable, the Government reserves the right to request further clarification, as needed. (ix) The provision at 52.212-2, Evaluation “ Commercial Items, applies to this acquisition. The specific evaluation criteria to be included in paragraph (a) of the provision are technical capability of the item offered to meet the Government ™s requirements and price. Technical capability is defined as meeting all requirements of this solicitation. (x) The Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications “ Commercial Items, with its quotation. The Offeror shall complete paragraph (b) of this provision only if it has previously completed the annual representations and certifications, electronically, via http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications for the System for Award Management (SAM) database, then it shall complete only paragraph (c) through (o) of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions “ Commercial Items (Deviation 2017-02) (AUG 2017), as provided in the attached addenda, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders “ Commercial Items (Deviation 2017-02) (JUL 2018), as provided in the attached addenda, applies to this acquisition. (xiii) The following additional clause(s) apply to this acquisition: 52.239-1, Privacy or Security Safeguards (AUG 1996) 52.252-2, Clauses Incorporated by Reference (FEB 1998) The full text version of all clauses may be accessed electronically at http://www.acquisition.gov. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating do not apply to this acquisition. (xv) Responses to this solicitation are due by 5:00 PM ET, Wednesday, September 26, 2018, via email, to the Contract Specialist, Larry Sneeringer, at larry.sneeringer@ssa.gov. (xvi) For information regarding this solicitation, please contact the individual listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/28321318Q00000863/listing.html)
 
Record
SN05103881-W 20180927/180925230918-c84c7b40781056e65274f324dc956486 (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.