COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 27, 2000 PSA #2715
SOLICITATIONS
J -- SERVICE WARRANTY AGREEMENT FOR MODEL 1133H FINGERPRINTER; 5701LD PRINTER; 11952-TP3 SOFTWARE; M105 SOFTWARE
- Notice Date
- October 25, 2000
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Tyndall AFB, FL, 32403-5526
- ZIP Code
- 32403-5526
- Solicitation Number
- F5AB14025520
- Response Due
- November 2, 2000
- Point of Contact
- Matthew Graham, Contracting Specialist, Phone 8502838610, Fax 8502831033, Email matthew.graham@tyndall.af.mil -- Roy Massey, contracting specialist, Phone 850 283-8619, Fax 850 283-1033, Email
- E-Mail Address
- Matthew Graham (matthew.graham@tyndall.af.mil)
- Description
- The 325th Contracting Squadron at Tyndall AFB FL intends to award a purchase order under Simplified Acquisition Procedures (SAP) for the purchase of a preventive maintenance agreement. For equipment: Model 1133H Fingerprinter; 5701LD Printer; 11952-TP3 Software; M105 Software. The warranty dates are from 04 Nov 00 through 31 Sept 01 with four additional option years total of five years. The warranty is based on a month or day system hours of operation between 9 AM through 5 PM. This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, 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. The Purchase Request number is F5AB14025520 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 97-2 and Defense Acquisition Circular 91-13. This solicitation is 100% SET ASIDE FOR SMALL BUSINESS CONCERNS in accordance with FAR Part 19. The North American Industry Classification System (NAICS) code is 811212, size standard 18,000,000. The contractor shall provide the following: Furnish all labor, tools, parts, materials facilities and transportation necessary to maintain the equipment listed below under the preventive maintenance agreement: Model 1133H Fingerprinter; 5701LD Printer; 11952-TP3 Software; M105 Software.. Please acknowledge all requirements on quotations. The government anticipates issuing a purchase order on a sole source basis with Digital Biometrics and/or their authorized distributors. This notice of intent is not a request for competitive proposals. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Offerors must provide brochures/literature of the items being offered along with their quote. The technical literature submitted needs to clearly communicate the offeror_s understanding and compliance with the minimum requirements as set forth in the specifications or any alternative proposal submitted in response to this RFQ. Discussions may or may not be held with offeror_s; therefore, each offeror_s initial proposal should be complete and accurate. FOB destination is required by the Government. FOB point is 325 SFS Tyndall AFB, Florida 32401. The required delivery date is 1 Nov 00. Contractor shall provide all materials, labor, and transportation necessary to complete this service. Offerors must provide warranty information specific to all equipment. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 (FEB 1998) and FAR 52.252-2 (FEB 1998), the following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items (AUG 1998), with the following: technical description of the items being offered in sufficient detail to evaluate compliance with the requirements of the solicitation (i.e. product literature), the terms of any expressed warranty, price and any discounts, and delivery times; FAR 52.212-2, Evaluation, Commercial Items (MAR 1998). Award will be made to the offeror whose proposal represents the best value to the Government. The following factors shall be used to evaluate offers: best value to the government. Alternative proposals are encouraged. However, alternative proposals demonstrating technically expertise and superior performance will be considered. Offerors must provide along with their quote, information regarding past performance. Offerors must submit company names, addresses, telephone numbers, names of contacts, contract numbers, and any other pertinent information to document past performance. This information must include at a minimum three contracts placed over the past three years. Past performance will be used to evaluate the contractor_s ability to perform. Past performance information should be submitted by 30 Oct 00; OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (JAN 1997) AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS (NOV 1995) WITH THEIR QUOTE. Contract Terms and Conditions -- Commercial Items. It is tailored as follows: subparagraph c is changed to read: _Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data, etc. which may be changed unilaterally by the Government._ ; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders _ Commercial Items (Jun 1998); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Alt 1) (Oct 1995); FAR 52.222-26, Equal Opportunity (Deviation) (Apr 1984); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Apr 1988); FAR 52.225-18, European Sanction for End Products (Jan 1996); FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment is required; 52.247-34, F.O.B. Destination (Nov 1991). In accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 1998), prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://ccr.edi.disa.mil. On-line registration with the CCR is also available at the Small Business Administration Internet address (www.sbaonline.sba.gov). Confirmation of CCR registration must be obtained before award can be made. DFARS 252.225-7001, Buy American Act and Balance of Payment Program (Mar 1998); DFARS 252.225-7007, Buy American Act _ Trade Agreements _ Balance of Payment Program (Mar 1998); DFARS 252.225-7012, Preference for Certain Domestic Commodities (Sep 1997); DFARS 252.225-7036, Buy American Act -- North American Free Trade Agreement Implementation Act _ Balance of Payment Program (Mar 1998); DFARS 252.227-7015, Technical Data -- Commercial Items (Nov 1995); DFARS 252.227-7037, Validation of Restrictive Markings in Technical Data (Nov 1995); DFARS 252.232-7009, Payment by Electronic Fund Transfer (Jun 1998); DFARS 252.243-7002, Certification of Requests for Equitable Adjustment (Jul 1997). Quotes should reference RFQ No. F5AB1-40-25520. Offers must be sent in writing/fax to the Purchasing Agent Matthew t. Graham no later than 4 Nov 00 at 2:00 P.M. (CST) to 325 CONS/LGCS ATTN: Matthew T. Graham, 501 Illinois Ave., Suite 5, Tyndall AFB FL 32403-5526. For more information contact the administrator Matthew T. Graham at (850) 283-8610 or Grant Massy at (850) 283-8619. You may also email matthew.graham@tyndall.af.mil
- Web Link
- Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=F5AB14025520&LocID=511)
- Record
- Loren Data Corp. 20001027/JSOL011.HTM (D-299 SN5051O5)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on October 25, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|