SOLICITATION NOTICE
67 -- Covid-19 Face/Temp Scanning Kiosks
- Notice Date
- 7/14/2020 10:37:45 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- W7NP USPFO ACTIVITY NJANG 177 EGG HARBOR TOWNSHIP NJ 08234-9500 USA
- ZIP Code
- 08234-9500
- Solicitation Number
- W50S8F-20-R-0002
- Response Due
- 7/17/2020 9:00:00 AM
- Archive Date
- 08/01/2020
- Point of Contact
- Tammy L Hickerson, Phone: 6097616522, Johanna Paz, Phone: 6097616097
- E-Mail Address
-
tammy.l.hickerson.mil@mail.mil, johanna.paz.civ@mail.mil
(tammy.l.hickerson.mil@mail.mil, johanna.paz.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 13.1, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The 177th Fighter Wing has a requirement for brand 17 Face/Temperature Scanning Kiosks to be delivered to 400 Langley Road, Egg Harbor Twp., NJ 08234.� The 177FW intends to award a firm fixed price contract for this requirement.� The North American Classification System (NAICS) code for this acquisition is 339999 and the related size standard is 500 employees.� The list of equipment required is as follows: This new temperature scanners must have the following features: New Temperature Screening Kiosk or an equivalent monitoring station Facial recognition to allow entry for vetted employees Face mask recognition capability Ability to register employees from any device Non-contact infrared temperature scan with +/- .5 degree accuracy Reads temperature within 5 seconds Encrypted database The ability to set and change minimum and maximum temperature thresholds Out of the box plug and play capability Modular system or wall mount Verbal warning/success message with associated LED traffic light system Email and/or text notification when a member tests positive Capable of integrating with door and gate access systems (e.g. Advantor) Wireless interconnectivity capable Minimum of one year factory warranty Optional printing capability for names and pass stickers Central Management System to sync up to 30 devices with firmware, employee photo/info, and settings Ability to recognize individuals between the heights 4' - 7'2"" 24/7 Technical Support Optional - approved Department of Defense authority to operate on DoD networks Optional - HIPAA compliant cloud Optional - Integrated, HIPAA Compliant, Mobile Device application that provides a platform for health screening questions to be conducted remotely and integrated with temperature screening results. Total number of deviced required: 17 Items shall be delivered to the 177FW NLT 07Aug2020 Purchased device must have an authorized service center within close enough proximity to the Wing that scheduled and unscheduled maintenance can be performed within 24 hours. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. The vendor selected must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.204-7; System for Award Management, FAR 52.204-16; Commercial and Government Entity Coded Reporting, 52.204-23; Prohibition on Contracting for Hardware Software and Services Developed or Provided by Kaspersy Lab and Other Covered Entities, FAR 52.204-24; Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, FAR 52.204-25; Prohibition of Contracting of Certain Telecommunications and Video Surveillance Services or equipment, �FAR 52.209-6, Protecting the Government�s Interest when subcontracting with contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10; Prohibition on Contracting with Inverted Domestic Corporations, FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-4, contract Terms and Conditions-Commercial Items; FAR 52.222-50; Combating Trafficking in Persons, FAR 52.232-29, 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 52.239-1; Privacy or Security Safeguards, FAR 52.246-2; Inspection of Supplies-Fixed Price, FAR 52.249-1; Termination for Convenience of the Government (Fixed-Priced) (Short Form), The following clauses will be incorporated in full text for this acquisition: FAR 52.204-24; Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, FAR 52.209-2; Prohibition on Contracting with Inverted Domestic Corporations-Representation, FAR 52.212-2, Evaluation-Commercial Items; Basis for Award: Best Value in meeting the requirements of the solicitation; FAR 52.212-3; Offer Representations and Certificates � Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2012); FAR 52.222-50, Combating Trafficking in Persons; FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998); FAR 52.252-6; Authorized Deviations in Clauses The following DFARS clause will be incorporated by reference: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005; Representation Relating to Compensation of Former DOD Officials, DFARS 252.204-7003; Control of Government Personnel Work Product, DFARS 252.204-7008; compliance with Safeguarding Covered Defense Information Controls, �DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.204-7015; Notice of Authorized Disclosure of Information for Litigation Support, DFARS 252.204-7017; Prohibition of the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation, DFARS 252.204-7018; Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services, DFARS 252-211-7008; Use of Government Assigned Serial Numbers, DFARS 252.213-7000; Notice to Prospective suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations, DFARS 252-225-7001; Buy American and Balance of Payments Program-Basic, DFARS 252.232.7003-Electronic Submission of Payment Requests and Receiving Reports. The following DFARS clause will be incorporated in full text: DFARS 252.211-7003- Item Unique Identification and Valuation; DFARS 252.232-7006 Wide Area Work Flow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations. It is the firm's or individual's responsibility to be familiar with applicable provisions and clauses. All Federal Acquisition Regulation (FAR) Provisions and Clauses may be viewed in full text at the Table of Contents via the Internet at http://www.acquisiton.gov/. All firms or individuals responding shall have active registrations in the System for Award Management (SAM) and Procurement Integrated Enterprise Environment (PIEE), formerly known as Wide Area Workflow (WAWF). Information concerning SAM and PIEE registration requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ and https://wawf.eb.mil/. Equipment shall be delivered FOB DESTINATION to 177th Fighter Wing 400 Langley Road, Egg Harbor Twp., NJ 08234. POC is Ms. Johanna Paz at 609-761-6097. Quotes MUST be submitted by email to usaf.nj.177-fw.list.fal-msc-contracting@mail.mil NLT 1200hrs, EST, 17 July 2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6cc55643aa8243bc8e75eaae7d9f9786/view)
- Place of Performance
- Address: Egg Harbor Township, NJ, USA
- Country: USA
- Country: USA
- Record
- SN05720911-F 20200716/200714230200 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |