Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2006 FBO #1819
SOLICITATION NOTICE

70 -- GUARDIAN SCANNER

Notice Date
11/17/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Sa-6 Room 200, Washington, DC 20522
 
ZIP Code
20522
 
Solicitation Number
1045-747040
 
Response Due
11/21/2006
 
Archive Date
5/20/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 1045-747040 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1,000 employees. This requirement is unrestricted and only qualified offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Tuesday, November 21, 2006 at 14:30:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be STERLING, VA 20166 The Department of State requires the following items, EXACT MATCH ONLY, to the following: LI 001, Crossmatch Guardian, Deck Only, w/ AutoCapture, w/ Rolls p/n: S3-920098, 20, EA; LI 002, SHIPPING AND HANDLING, 1, LOT; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith offers, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Laberta Smallwood at smallwoodl@state.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The Office of Acquisition Management (A/LM/AQM), Department of State (DoS), is processing this acquisition at the request of the Consular Affairs Consular Systems and Technology (CA/CST). This Justification and Approval (J&A) on a brand name only basis is for the use of the Crossmatch L SCAN Guardian Ten Print Fingerprint Reader/Scanner. The use of a brand name description is essential to the Government?s requirements, for Department of State infrastructure connectivity requirements, thereby precluding consideration of the products of another company. CA/CST requires the Crossmatch L SCAN Guardian Ten Print Fingerprint Reader/Scanner for use with US visa programs. For the past few years, fingerprint scanners have been a component of the US Government?s biometric initiative to prevent the processing of duplicate applications with altered personal information (name, place of birth, date of birth, etc.) and the subsequent issuance of visas based on fraudulent data. Recently, the US Congress mandated the capture of all 10 fingerprints of visa applicants for whom US Consular officials receive information that indicates that they may have US law enforcement records. Traditional fingerprint collection methods employing paper cards and ink are slow and inaccurate. Due to this factor, the Bureau of Consular Affairs (CA) worked with the Federal Bureau of Investigation (FBI) to enhance and expedite the capture process by making it entirely electronic. In coordination with the FBI, Consular Affairs is scheduled to pilot 10-fingerprint capture at US Consulates in Riyadh and Dharan in September 2006. Crossmatch L SCAN Guardian scanners are required for this project. They were selected because they have been extensively tested and used by the FBI. The scanner is the first live scan device to meet the size and functional requirements of the Joint Agency User Group. The Guardian L SCAN is certified for both civil identification flats and full criminal 10-print rolls and flats, and the image quality complies with the FBI EFTS Appendix F. Crossmatch L SCAN Guardian Ten Print Fingerprint Reader/Scanner is found to be the most robust and reliable (in terms of output and data capture and interpretation) units of their kind now available. The addition of ten print fingerprint scanning technology will enable the Bureau to identify applicants with criminal or other US law enforcement records based on biometric data, regardless of the written personal information submitted on their applications. This will ensure that the Department of State fully complies with Section 303 of The Enhanced Border Security and Visa Entry Reform Act of 2002. The legislation specifically states that the Department of State must ?issue to aliens only machine-readable tamper resistant visas and other travel and entry documents that use biometric identifiers?. CA requires that any scanner selected for the pilot must meet the following software compatibility requirements: ? Must utilize an IEEE-1394 PC interface for high speed and efficiency of processing. ? Must be able to read images from an Oracle database. ? Must be able to process the image and store the results into an Oracle database. The LS-2 fingerprint scanner features a solid-state design, which reduces the probability of machine failure. Furthermore, its IEEE-1394 PC interface addresses a critical requirement due to the following reasons: ? Speed of data integration, the IEEE-1394 is the fastest available interface for this type of equipment ? High quality images that do not require repeat scanning ? IEEE-1394 ports come standard in many PC?s, are easily acquired in the commercial market, and are technologically current In summation, CA/CST believes that it is in the best interests of the Government to acquire the Crossmatch L SCAN Guardian Ten Print Fingerprint Reader/Scanner requested without delay so that the pilot testing required for the verification of field functionality can commence as scheduled
 
Web Link
www.fedbid.com (b-35407, n-4631)
(http://www.fedbid.com)
 
Place of Performance
Address: STERLING, VA 20166
Zip Code: 20166
Country: US
 
Record
SN01183047-W 20061119/061117220442 (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.