SOLICITATION NOTICE
70 -- Spectrum Suite Library
- Notice Date
- 9/21/2004
- Notice Type
- Solicitation Notice
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- Reference-Number-FU330042461300
- Response Due
- 9/24/2004
- Archive Date
- 10/9/2004
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number FU330042461300 is being issued as a Request for Quote using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Subpart 13.5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 date 18 June 2004 and the Defense Federal Acquisition Regulations (DFARS) change notice 20040625. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. This acquisition is for the Air Command and Staff College (ACSC) on Maxwell AFB, Alabama. This acquisition is being issued on as a small business set-aside an unrestricted basis. The North American Industrial Classification System Code is 518210 with a small business size standard of $21.0 Million. The following requirements are required to provide ACSC with the Spectrum Books Inventory Control System ?or equal.? This is an all or nothing requirement, you must be able to quote and provide all items requested. The Government intends to issue a firm fixed price purchase order for the following line items: This requirement is the purchase of Spectrum Books Inventory Control System : CLIN 0001 ? 1 Each, Item # 10205 Spectrum Suite; CLIN 0002 ?1 Each, Item # 10000 Spectrum CIRC/CAT; CLIN 0003 ?1 Each, Item # 10840 Spectrum Visual Search; CLIN 0004 ? 1 Each, Item # 10825 Spectrum C/C z39.50 Client; CLIN 0005, 1 Each Item # 6505 Spectrum Unlimited User License; CLIN 0006 ? 1 Each Item # 3425 Spectrum Suite Support (First Year); CLIN 0007 ? 1 Each, Item # 5425 Spectrum In-Hand SPT 1800; CLIN 0008 ? 1 Each, Item # 5410 USB Kit for In-Hand; CLIN 0009 ? 1 Each, Item # 8005 Star Thermal SLIP Printer; CLIN 0010 ? 1 Each, Item # 7730 Star Single-Ply Slip Printer; CLIN 0011 ? 1 Each, Item # 8008 USB Adapter Star Slip Printer Windows; CLIN 0012 ? 1 Each, Item # 5030 Welch Allyn CCD Scanner; CLIN 0013 ? 1 Each, Item # 7265 Welch Allyn CCD Hands-Free Stand; CLIN 0014 ? 1 Each, Item # 5032 USB Kit for Welch Allyn CCD. The requirement is for an ?or equal? but must be able to do the following functions: 1) Create/print bar codes for book inventory control; 2) Inventory/catalog books; 3) Checkout/checkin books; 4) MS Windows 2000/Office XP compliant; 5) Scanner (fixed and portable) interface to scan books in/out; 6) Handle a minimum of 1000 patrons; 7) Create reports on inventory; 8) Z39.50 compliant; 9) Print book receipts for patrons; 10) Compatible with MARC21 records; 11) Remote lookup of records via client or Internet; 12) Help system ? context-sensitive The desired delivery date is 30 days after date of contract award. Ship the entire quantity to ACSC/DPL, 225 Chennault Circle, Maxwell AFB, AL, 36112-6424. The provision at FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2004), applies to this acquisition and is and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. Submit proposals via email or facsimile to the information below. QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. An offeror will be determined technically acceptable if no exception is taken to the specifications and requirements of the RFQ. Award will be made to the lowest price, technically acceptable offeror that conforms to the solicitation. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2004), DFARS 252.212-7000, Offeror Representations and Certifications?Commercial Items (Nov 1995) with the quotation. The FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2003) applies to this acquisition and is incorporated into this RFQ; FAR 52.204-7, Central Contract Registration (Oct 2003); DFARS 252.204-7004 Alt A, (Nov 2003). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2004), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-3, Convict Labor (Jun 2003), 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003); 52.233-3, Protest After Award (Aug 1996). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2004) applies to this acquisition and specifically the following additional DFAR clauses under paragraph (b) are applicable: 252.232-7003, Electronic Submission of Payment Requests (Jan 2004). The Defense Priorities and Allocations System rating is C9E. Quotes are due by 4:00 pm Central Standard Time, 24 Sep 2004. The CCR number must be obtained before award can be made. To be considered for this award, Offerors must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government?s ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. All quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. Award will be made to one vendor. Responses/Offers are due 4:00 pm CST on 24 September 2004. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax, e-mail, or mail. All proposals must be faxed to (334) 953-2198 attn: TSgt Kimberly Knott, e-mailed to kimberly.knott@maxwell.af.mil (subject: FU330042461300), or mailed to 42 CONS/LGCB, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334. Quotations must meet all instructions put forth in this solicitation.
- Place of Performance
- Address: AUSC/DPL, 225 CHENNAULT CIRCLE, MAXWELL AFB, AL
- Zip Code: 36112
- Country: USA
- Zip Code: 36112
- Record
- SN00678365-W 20040923/040921211949 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |