SOLICITATION NOTICE
70 -- Item Unique Identification System printing and verification system.
- Notice Date
- 8/11/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333293
— Printing Machinery and Equipment Manufacturing
- Contracting Office
- ACC - Pine Bluff Contracting Office (ACC-RI-Pine Bluff), ATTN: CCRC-ISP, 10-020 Kabrich Circle, Pine Bluff, AR 71602-9500
- ZIP Code
- 71602-9500
- Solicitation Number
- W911RP-11-T-0111
- Response Due
- 8/18/2011
- Archive Date
- 10/17/2011
- Point of Contact
- richard.e.maxwell, 870-540-3024
- E-Mail Address
-
ACC - Pine Bluff Contracting Office (ACC-RI-Pine Bluff)
(richard.e.maxwell@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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 Pine Bluff Arsenal Contracting Office, Pine Bluff, AR has a requirement for the following: Firm Fixed Price Purchase, Installation, Training, and Prove Out of a Item Unique Identification System (IUID) printing and verification system, which system shall include a printer, desktop computer, verifier, scanner, all associated software, and all manuals, to include the following major components: INDUSTRIAL LABEL PRINTER shall have the following salient characteristics: 1) thermal transfer printing method, 2) a 600 dpi print resolution, 3) print speed shall meet or exceed 4"/second, 4) have a PC connectivity, 5) have a maximum print width of 4.16", 6) fit a space no greater than 15" x 20" x 15", 7) have an operational panel with illuminated buttons and at a minimum the following functions: pause, feed, cancel, menu, and enter, 8) support gapped, continuous and notched material, 9) print both continuous and die cut labels, 10) accept material rolls with an inside core of 3", and 11) be wired for 100-240 V. The Brady IP-600 printer, 600 DPI Standard or equal will satisfy this requirement. PRINTER SOFTWARE shall have the following salient characteristics: 1) allow for unlimited network users, 2) licensing based on the maximum number of printers used, 3) include all text, graphics, bar code, and most serializing capabilities, 4) include advanced data access capabilities, including but not limited to OLE-DB, Oracle, and ODBC, 5) include software integration tools, including but not limited to ActiveX, Automation, enterprise messaging, and Seagull's Commander Utility for cross-platform integration, and 6) free technical support for all registered users. The Bartender 3 Printer Enterprise Edition Software or equal will satisfy this requirement. UID COMPLIANCE VERIFIER shall have the following salient characteristics: 1) supply a standalone desktop unit that is connected to a host PC (GFM), 2) meet specifications of MIL-STD-130, ISO 15434, ISO 15418, and U.S. DoD, 3)provided with a cross over adapter to allow for direct connection, 4) be provided, at a minimum, with a UID LDP Benchtop verifier, a UID LDP Power Supply, a UID NIST Calibration Card, a UID Compliance Test Card, a UID Checker Software, a Serial communications cable and a getting started guide. The SIEMENS 6GF3020-OUD20-OCK1 or equal will satisfy this specification. HANDHELD SCANNER, shall have the following salient characteristics: 1) be of an industrial design resistant to dust, spills, drop shock, and vibration, 2) be equipped with a battery handle with at least a 3900 mAH battery, 12" coiled USB Cable at a minimum, Java Script License, Full IDI Smart Scan application Suite for secure setup, UID data validation and UII output, 3) operational modes to include Bluetooth Wireless, Cabled, or Batch Mode, 4) be provided at a minimum with a handle battery charger, external two-bay battery charger, and a spare battery. The SmartScan Cordless Handheld Code Reader 3500 or equal will satisfy this requirement. HOST COMPUTER, shall have the following salient characteristics: 1) at a minimum, Intel Core i7 880 (3.06GHz/8MB cache) processor, 16GB Dual Channel DDR3 SDRAM at 1333 MHz - 4DIMMS, 2000GB SATA hard drive (7200RPM), and a CD-RW drive and burner, 2) 10/100 MB Network (Ethernet) interface, 3) be equipped with, at minimum, 20" HD Widescreen monitor capable of displaying at least 1024 x 768 pixels, true colors, 4) Windows Vista Installed. The dell PC Studio XPS 8100 or equal will satisfy this specification. All in accordance with Technical Specification TS-2010-ET-07. Contractor shall be responsible for install and setting up all purchased equipment in Bldg. 63-220 on the M 295 line. Project will be completed start to finish within 120 days of the date of award of THIS CONTRACT. All responsible sources may submit a quote that shall be considered by the agency. FOB; Acquisition is unrestricted. NACIS code: 333293, business size: 500 employees. This announcement constitutes the only solicitation. A written solicitation will not be issued. W911RP-10-T-0111 is the number of this Request for Quotation. The following clauses and provisions are applicable and will be included in the resulting contract: 52.204-7 Central Contractor Registration (Apr 2008), 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010), 52.212-1 Instructions to Offerors-Commercial Items, (Jun 2008), 52.212-2 Evaluation, Commercial Items (Jan 1999) (Evaluation Factors on a pass/fail basis; Technical Capability, Delivery, Price), 52.212-3 Offeror Representations and Certifications(Aug 2009), 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jul 2010), 252.204-7004 Central Contractor Registration (52.204-7) Alternate A (Sep 2007), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011), 252.232-7003. Electronic Submission of Payment Request (May 2008), 252.246-7000 Material and Inspection and Receiving Report (Mar 2008), 52.000-4955 Wide Area Workflow Information Instructions Pine Bluff Arsenal Contracting Office Administered (Mar 2008) (Use for Supplies Only), AMCAC 52.233-4052 AMC-Level Protest Program, PB (Aug 2007), 52.000-4306 I Inspection & Acceptance (PBA)(Jul 1999), PB 52.000-4315 II Shipping Instructions (PBA) (Jul 1999), PB 52.000-4318 Employee Identification, PB 52.000-4406 On Site Personnel, PB 52.000-4408 Dismissals, PB 52.000-4416I Security Requirements (PBA) (May 92) (4416I), PB 52.000-4416II Security Requirements (PBA) (Aug90) (4416II), PB 52.000-4417 Unauthorized Instructions from Government Personnel (PBA) (Aug 90) (4417), PB 52.000-4458 Safety Requirements (PBA) (Aug 90) (4458), PB 52.000-4459 Magistrate System (PBA) (Aug 90) (4459), PB 52.000-5322Order and Scheduling of Work (PBA) (AUG90) (5322), PB 52.000-5410 Insurance Liability (PBA) (AUG 90) (5410), Inspection and acceptance will be at destination, unless otherwise provided Until delivery and acceptance, and after any rejections, risk of loss will be on the contractor, unless loss results from negligence of the United States Government. Shipped to Address:Trans Ofc M F Property Ofc, (W911RP), Receiving Section RSI Brch, Bldg 23-330, Pine Bluff Arsenal, Pine Bluff, AR 71602-9500, End Item: M-295; M-291, SDS.. Point of contact is Richard E. Maxwell, 870-540-3024. Quotes are due by 10:00 a.m. 18 Aug 2011 and may be faxed to 870-540-4090 or e-mailed to richard.e.maxwell@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7f0064c1856ff81ffdc5af6a9cb26064)
- Place of Performance
- Address: ACC - Pine Bluff Contracting Office (ACC-RI-Pine Bluff) ATTN: CCRC-ISP, 10-020 Kabrich Circle Pine Bluff AR
- Zip Code: 71602-9500
- Zip Code: 71602-9500
- Record
- SN02530233-W 20110813/110811235052-7f0064c1856ff81ffdc5af6a9cb26064 (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 |