MODIFICATION
70 -- Hand-held Scanners and Barcode Label Printers
- Notice Date
- 5/31/2006
- Notice Type
- Modification
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
- ZIP Code
- 20670
- Solicitation Number
- N00421-06-T-0153
- Response Due
- 6/6/2006
- Archive Date
- 6/21/2006
- 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 this notice. Simplified procedures as described in FAR 13.5 will be used for acquisition of these commercial items. The associated North American Industry Classification Systems (NAICS) code for this requirement is 334112, with a size standard of 1,000 employees. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number N00421-06-T-0153 is issued as a request for quotes (RFQ). The incorporated document and provision and clauses are those in effect through Federal Acquisition Circular 2005-09 and Defense Federal Acquisition Regulations Revision 20060412. The Government intends to award a contract on Least Cost Technically Acceptable (LCTA) for five (5) Hand-held scanners and two (2) Barcode label printers. The specifications for the 5 Hand-held scanners are that each scanner shall: (a) be cordless, (b) have a alpha-numeric keyboard, (c) be capable of reading all of the variations of bar coding labels and 2D data matrices, (d) shall have area imaging in accordance with MIL-STD-129P Military Marking for Shipment and Storage, (e) be capable of reading Unique Identification (UID) matrices, (f) be robust enough to accurately read barcode labels that are aged, crinkled, faded, etc., (g) be durable enough to withstand a drop of five feet to a concrete floor, (h) have a charger for each scanner, (i) have a standard commercial warranty, (j) be able to download data from the scanners directly to a Microsoft Access database or to some format that be easily downloaded into Microsoft Access. The associated software shall be able to ?talk? to Microsoft Access. The specifications for the 2 Barcode label printers are (a) Labels and matrices shall be capable of performing in the environment in which our systems and equipment are installed. Environment consists of an internal and external shipboard environment, (b) Labels and matrices shall be easy and fast to create. The contractor shall provide an initial on-site training sufficient to ensure that the users are competent and comfortable with the use of the AIT solution. The contractor shall be easily reachable for technical assistance via telephone, email or if necessary, in person during normal working hours (7:00 am ? 4:00 pm Monday through Friday). Contract type will be a firm-fixed price. The quote along with a completed representations and certifications is due by 6 June 2006. FOB Destination to Receiving Officer, NAWCAD, Bldg # 8115, Villa Road, St. Inigoes, MD 20684-0010. Inspection and Acceptance shall be made at destination. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's right under the Inspection clause, nor does it limit Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule. FAR 52.212-1 INSTRUCTIONS TO OFFERORS ? COMMERCIAL ITEMS (JAN 2004) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 EVALUATION COMMERCIAL ITEMS (JAN 1999) does not apply to this acquisition. The offeror shall provide back-up information that verifies the price quoted. This could consist of a copy of the current catalog or price list; invoices from previous sales of the identical item (s); etc. Offeror shall include a completed copy of the provision at FAR 52.213-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (JAN 2004) with its quote. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS?COMMERCIAL ITEMS (OCT 2003) is incorporated by reference and applies to this acquisition. The following addendum is added: YEAR 2000 COMPLIANCE (MAR 1999)(NAVAIR 5252.246-9503) (a). The Contractor shall ensure that all information technology, which will be required to perform date/time processing involving dates subsequent to December 31, 1999; shall: (1) be Year 2000 compliant or (2) if the Contracting Officer approves in writing, the identified information technology will be upgraded to be Year 2000 compliant prior to the earlier of: (i) the earliest date on which the information technology may be required to perform date/time processing involving dates later than December 31, 1999 or (ii) December 1999; and (3) Describe the existing information that will be used with the information to be acquired and identify whether the existing information is Year 2000 compliant. (b) Year 2000 means; with respect to information technology, that the information technology accurately processes date/time (including but not limited to, calculating, comparing and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and lap year calculations; used in combination with the information technology being acquired, properly exchanges date/time data with it. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS?COMMERCIAL ITEMS (APR 2005) applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003)( 15 U.S.C. 644). (2) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (3) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). (4) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (5) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (6) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (7) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (8) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (9) 52.225-1, Buy American Act?Supplies (June 2003) (41 U.S.C. 10a-10d). (10)(i) 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act (JAN 2005) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286). (11) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause? (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. App. 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) The provision of 252.204-7004 Required Central Contractor Registration (NOV 2003) applies to this solicitation. Responsible interested parties may submit their proposals in which they identify their interest and capability. Quote is due to Agnes Birch, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11,Villa Road, St. Inigoes, MD 20684-0010 by 2:30 P.M. Eastern Standard Time, 6 June 2006. The Government will not pay for any information received. Facsimile proposals shall be accepted. For information regarding this solicitation or copies of FAR provision 52.212-3 contact Agnes Birch, Code 251215, telephone number (301) 995-8884 or via-email at agnes.birch@navy.mil. If an Offeror is not able to contact the Contracting Officer via e-mail, please fax correspondence/requests to the point of contact above at facsimile (301) 995-8670. Number Note 1, END SYNOPSIS/SOLICITATION N00421-06-T-0153 Questions and Answers for N00421-06-T-0153 Q1. What is the RF-range of the scanner/handheld? A1. Goverment is only interested in Industry standard readers, with a sustainable/open architecture and with up to date technological enhancements. Q2. Is the base station radio plugged into a PC or is the Ship wired with a name brand Access point? A2. Goverment is only interested in Industry standard readers, with a sustainable/open architecture and with up to date technological enhancements. Q3. if so what brand? A3. The Goverment is not citing a specific brand. Goverment is only interested in Industry standard readers, with a sustainable/open architecture and with up to date technological enhancements Q4. What R/Frequency 802.11A, or b or 802.11G or ?? or Blue tooth device shorter range r/f device? A4. Goverment is only interested in Industry standard readers, with a sustainable/open architecture and with up to date technological enhancements. Q5. What is the AIT Solution ? A5. AIT (automatic identification technology). Q6. Also are there any power requirements for the hand held scanner computer charger? A6. Goverment is only interested in Industry standard readers, with a sustainable/open architecture and with up to date technological enhancements. Q7. The barcode label printer maker what type of connectivity ethernet, parallel, rs-232, usb, co-ax-twin-ax wireless, a combination of any of these?? A7. Goverment is only interested in Industry standard readers, with a sustainable/open architecture and with up to date technological enhancements. Q8. Does the Navy customer require reading UID on DPM as a requirement? A8. Yes, the Goverment requires a product capable of reading UID.
- Place of Performance
- Address: Villa Road, St. Inigoes, Maryland
- Zip Code: 20684-0010
- Country: USA
- Zip Code: 20684-0010
- Record
- SN01059960-W 20060602/060531221152 (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 |