SOLICITATION NOTICE
70 -- Fingerprint Scanning System
- Notice Date
- 7/9/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-10-Q-0349
- Archive Date
- 8/3/2010
- Point of Contact
- Robert Gigliotti, Phone: 315-330-2205
- E-Mail Address
-
robert.gigliotti@rl.af.mil
(robert.gigliotti@rl.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-10-Q-0349 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100623. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set-aside under NAICS code 334119 and small business size standard of 1000 employees. The contractor shall provide the following items on a Firm Fixed Price basis, including the cost of shipping FOB Destination: ITEM 1: Guardian USB Fingerprint Scanner QTY: 1 MFR & P/N: Cross Match Technologies P/N 925159 OR EQUAL INCLUDES -Operating Manual -All software, licenses, and documentation necessary to operate (such as Runtime License for LSCAN Essentials driver, Autocapture and Rolls Licenses, and Live Scan Management Software with manual) -All supplies necessary to operate (such as Silicone Membrane Kit, Power cord, and USB cable) -Standard one-year limited warranty SPECIFICATIONS -Fingerprint Types: Single-finger rolls, Single-finger flats, Four-finger slaps, Both thumbs -Resolution: 500 ppi -Capture Area: 3.2" x 3.0", single prism, single imager, uniform capture area -Image Quality Standards: FBI IAFIS Appendix F -Operating Temperature: 35°F to 120°F -Humidity Range: 10-90% non-condensing -Dimensions: approximately 6" x 6" x 4.7" -Weight: 4.0 lbs. -Interface: USB 2.0 or IEEE 1394 (Firewire) -Operating Systems: Windows 2000, Windows XP 32bit/64bit, Windows Vista 32bit/64bit, and Linux -Certificate: FBI, WHQL, CE, FCC, UL ITEM 2: Software License QTY: 1 MFR & P/N: Cross Match Technologies 850181-119 OR EQUAL Description: Submission, OPM, Seat License ITEM 3: Live Scan Management System Configuration QTY: 1 MFR & P/N: Cross Match Technologies 850391-019 OR EQUAL Description: Configuration to connect USB Fingerprint Scanner/System to the Office of Personnel Management for the digital transmission of fingerprints. ITEM 4: Printer QTY: 1 MFR & P/N: Xerox Phaser 4510N OR EQUAL Description: FBI Approved Network System Printer with two Universal Trays, one 150-sheet try, and one 550-sheet tray. Single Sided printing for Applicant Cards. ITEM 5: Enhanced Warranty - 12 Months for 10-print System QTY: 1 MFR & P/N: Cross Match Technologies 930097 OR EQUAL Item 6: On-Site Implementation QTY: 1 MFR & P/N: Cross Match Technologies 930100-1 OR EQUAL Item 7: Guardian Supply Kit QTY: 1 MFR & P/N: Cross Match Technologies 900242 OR EQUAL Description: Includes 5 Silicone Pads, 5 Tape Cleaner Pads, 1 Microfiber Cloth, 6 Alcohol Wipes Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The expected delivery date is 30 days After Receipt of Order (ARO). The place of delivery, acceptance and FOB destination point is F4HBL1/Transportation Depot 2, 148 Electronic Parkway, Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM (ET), MONDAY 19 JULY 2010. Submit to: AFRL/RIKO, Attn: Robert Gigliotti, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to robert.gigliotti@rl.af.mil. Offerors are encouraged to submit their quotes using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. (b)(10) No past performance information is required. (b)(11) INCLUDE A STATEMENT VERIFYING THAT YOUR FIRM IS CAPABLE OF CONFORMING TO THE REQUIREMENTS OF DFARS CLAUSE 252.211-7003, ITEM IDENTIFICATION AND VALUATION. This clause applies to certain items with unit price greater than or equal to $5,000. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within 4 (four) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2 Evaluation -- Commercial Items applies. In addition to the information in paragraph (a), the following factors shall be used to evaluate offers: (i) Price, (ii) Technical Capability, and (iii) Delivery. All evaluation factors other than price, when combined, are of approximately equal importance to price. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their quote. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside Alternate I 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea Alternate III 252.247-7024, Notification of Transportation of Supplies by Sea The following additional FAR and FAR Supplements provisions and clauses also apply: 52.211-6, Brand Name or Equal 52.247-34, FOB Destination 252.211-7003, Item Identification and Valuation 252.232-7010, Levies on Contract Payments 5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407. 5352.223-9001, Health and Safety on Government Installations 5352.242-9000, Contractor Access to Air Force Installations (Access to Rome Research Site) Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-Q-0349/listing.html)
- Place of Performance
- Address: Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514, Rome, New York, 13441, United States
- Zip Code: 13441
- Zip Code: 13441
- Record
- SN02201581-W 20100711/100709235551-a5d7cf9cb957c85d4705002227bb77d1 (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 |