SOLICITATION NOTICE
74 -- Laser Barcode Scanner Equipment - Attachment 1 - Delivery Schedule
- Notice Date
- 6/28/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423420
— Office Equipment Merchant Wholesalers
- Contracting Office
- Other Defense Agencies, Department of Defense Education Activity, DoDEA Pacific Procurement Office (DPPO), Unit 35007, APO, 96376-5007
- ZIP Code
- 96376-5007
- Solicitation Number
- HE12601218001
- Archive Date
- 7/25/2012
- Point of Contact
- Sheila Riley, Phone: 6445885
- E-Mail Address
-
sheila.riley@pac.dodea.edu
(sheila.riley@pac.dodea.edu)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1 - Delivery Schedule 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; quotes are being requested and a written solicitation will not be issued. This solicitation, reference number HE12601218001, is issued as a Request for Quotation (RFQ). This procurement is being solicited as open market for Metrologic Barcode Scanners. Brand Name or Equal - FAR 52.211-6; using NAICS Code 423420 - Office Equipment Merchant Wholesalers. This acquisition is being conducted using FAR Parts 12 and 13. The Government anticipates awarding a Firm-Fixed price purchase order in response to this RFQ. If you are interested in responding to this requirement, you may participate by submitting quotes in accordance with this RFQ. Contract Line Items (CLINs) CLIN 0001: Laser Barcode Scanner QTY 52 EACH Metrologic Voyager 9520 (MK9520-32A38) or Equal Description: Color Black. Shall be capable of supporting commonly used interfaces, including USB with power supply. Shall include auto-trigger hands free stand and allows for both hand-held and fixed projection with adjustable stand. Shall include PowerLink, user-replaceable cables and flash ROM with meteor upgrade utility. Shall have the ability to support both short-range and long range activation. Shall allow for use with Windows-based software configuration utility. CLIN 0002: Wireless Barcode Scanner QTY 52 EACH Metrologic Voyager 9535 (MK9535-39B538) or Equal Description: Color Black. Cable-Free, Bluetooth technology, approximately 14,000 scans per charge, adjustable volume and beeper tone, with recharging station that can be mounted on the wall or countertop, not less than 10 Meter (33') working range, ability to supports commonly used interfaces including USB, programmable using windows software and bar codes, capability to decode RSS-14, RSS Limited and expanded bar codes. CLIN 0003: Omni-Directional Laser Barcode Scanner QTY 52 EACH Metrologic Orbit 7120 (MK7120-31A38) or Equal Description: Color Black. Shall allow for fully automatic scan operation. Must include power supply, interface cable, and wall and table mounting brackets. Shall have a scan speed of no less than 1067 scans per second and has multiple beeper tones. Must be OPOS and JPOS system compatible and allows for use with Windows-based software configuration. 0004: Shipping 1 LOT Door-to-Door Shipment to various locations in the quantities as specified on Attachment 1 QUOTES SHALL INCLUDE THE FOLLOWING INFORMATION: (1) Detailed price quote, to include shipping, using any and all discounts. All CLINs shall be quoted to be considered for award, unless an item is discontinued and no longer available. (Discontinued items shall be specified as such on your quote). (2) If proposing equal to brand name items, offeror shall provide descriptive literature and pictures of all items proposed. Proposed items shall meet the following characteristics to be considered for award: a. The product proposed is equal in quality to the brand name product specified herein in terms of the raw material used in the product's manufacture. b. The product proposed is equal or similar in dimensions and/or weight to the brand name product specified herein. c. The product proposed is equal to the brand name product specified herein, in reliability and longevity in usefulness taking into account normal 'wear and tear'. d. The product proposed is equal to the brand name product specified herein, in target purpose of the product specified herein. (3) Your Quote shall also include the following Information: A. Tax identification number (TIN) B. Dun & Bradstreet Number (DUNS) C. Cage Code D. Complete Business Mailing Address E. Contact Name F. Contact Phone G. Contact email address H. Completed copy of FAR 52.212-3 or verification of ORCA registration Note: All vendors must be actively registered in CCR. Visit https://www.bpn.gov/ccr/ to update, renew, or register in the Central Contractor Registration (CCR) database DELIVERY SCHEDULE: The offeror shall deliver all items door-to-door within 20 days after Contract Award Date in the quantities specified to the addresses per Attachment 1. ***MULTIPLE DELIVERY LOCATIONS, SEE ATTACHMENT 1 FOR DELIVERY SCHEDULE*** CONTRACT AWARD Contract award shall be made to the responsible Offeror whose offer, in conforming to this RFQ, provides the lowest total priced, technically acceptable quote. The government will not consider multiple awards. All offerors must quote on all items and all quantities listed in the attachment to be considered for award. SOLICITATION PROVISIONS AND CLAUSES (1) The provision at 52.211-6, Brand Name or Equal applies to this RFQ. (2) The provision at 52.212-1, Instructions to Offerors - Commercial applies to this RFQ. a. 52.212-1 Addendum: i. Warranty Terms: Include any commercial warranty terms. ii. Payment Discounts Terms: Identify payment discount terms iii. Quantity Breaks: Include any quantity price breaks (3) The Provision at 52.212-2 Evaluation-Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical: Capability of the items offered to meet the Government requirement 2. Price: Must be determined fair and reasonable 3. Past Performance: Will be evaluated IAW with FAR 13.106. (b) Technical and Past Performance when combined, are equally important when compared to price. (4) The Provision at 52.212-3 Offeror Representations and Certifications-Commercial Items applies to this solicitation. Include a completed copy of this provision with your quote or statement that Reps and Certs are in ORCA. (5) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. The following Clauses are incorporated by Addendum: a. 252.232-7010 Levies on Contract Payments b. 52.204-7 Central Contractor Registration c. 52.252-2 Clauses Incorporated By Reference (6) The following DoD clauses (DFARS) apply to this solicitation: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Applicable to Acquisition of Commercial Items or Components. The following clauses apply: 252.203-7000, 252.232-7003, and 252.247.7023. (7) 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 clauses apply: 52.222-50 and 52.232-33 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR: https://www.acquisition.gov/far/ DFARS: http://farsite.hill.af.mil/VFDFARA.HTM (End of provision) QUESTIONS: If you have questions regarding this requirement, please submit your inquiries on or before 4:00pm, Thursday, 5 July 2012, Eastern Standard Time. Submission shall be via email to: sheila.riley@pac.dodea.edu. RFQ DUE DATE: The RFQ Due date for responses is on or before 4:00pm, Tuesday, 10 July 2012, Eastern Standard Time. Submission shall be via emailed to: sheila.riley@pac.dodea.edu NOTICE: DoDEA Pacific has a size limitation of 25MB for each email to a DoDEA Pacific email addressee. The offeror is solely responsible for ensuring that the offeror's proposal or correspondence successfully transmits to, and is received by, its intended DoDEA Pacific email addressee. The offeror is advised to immediately contact the intended email addressee for acknowledgement of email receipt. Attachment 1. Delivery Schedule
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DoDEA/FPOAP/HE12601218001/listing.html)
- Place of Performance
- Address: Various Locations (Mainland Japan, Okinawa Japan, S. Korea, & Guam), Japan
- Record
- SN02789845-W 20120630/120629000236-7756542f735f5aa07df9942cf79f25ab (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 |