Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 13, 2021 SAM #7195
SOLICITATION NOTICE

70 -- Customer Flow Management System

Notice Date
8/11/2021 4:51:06 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
FA6633 934 AW PK MINNEAPOLIS MN 55450-2100 USA
 
ZIP Code
55450-2100
 
Solicitation Number
FA6633-21-Q-A0002
 
Response Due
8/25/2021 1:00:00 PM
 
Archive Date
09/09/2021
 
Point of Contact
Michelle L Hogan, Phone: 6127131434, Fax: 6127131425, Eva Leavitt, Phone: 6127131438, Fax: 6127131425
 
E-Mail Address
michelle.hogan.1@us.af.mil, eva.leavitt@us.af.mil
(michelle.hogan.1@us.af.mil, eva.leavitt@us.af.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 Combined Synopsis/Solicitation Number: FA6633-21-Q-A002 This is a Request for Quotation (RFQ) for the purchase of a Customer Flow Management System (Queue Kiosk Hardware, Software & support package) at 934th Airlift Wing in Minneapolis, MN.� � � ��� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2021-06, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20210709, and Air Force Acquisition Circular (AFAC) 2021-0726. This requirement is full and open competition. The NAICS code for this requirement is 334118 with a small business size standard of 1,000 employees. �Quotes will be evaluated in accordance with FAR Clause 52.212-2 (attached). Prospective vendors must be actively registered with the SAM.gov system. The offeror is responsible to download any amendments and other documents from this website without further notice from the 934th Airlift Wing. Contract Line items: The contractor shall provide all labor, equipment, materials, delivery and all other items necessary to provide the following item(s): Contract Line Item Equipment Description Unit of Measurement Quantity Price per Unit Total Price 0001 Queue Kiosk Hardware, software & support package (Includes features such as custom COVID screening questions, visitor interaction, visitor sign in, ID Renew to help collect documents, ability to prioritize customers by rank, web check-in, text notifications, tamper proof security, friendly interface, view and print reports, etc.) Check-in Kiosk Hardware to include one Floor Standing Model TIPS Kiosk Standard model QK Configuration. Status Board Hardware to include two wall mounting by client status board display with wall mount hardware.� Software Licenses for one TIPS Pro Plus Kiosk Management Software, one QueueKiosk Content Templates for Check-in stations and two QueueKiosk Content Templates for Status Boards. One year subscription software for TIPS Cloud Bundle (Kiosk Admin Portal) and one COVID-19 Mitigation Package for free. QueueKiosk Software Subscription for one Queue and one Web Module Subscription, and Text/SMS Module Subscription. Support package should include live help desk support M-F, TIPS Kiosk Management Software Maintenance, Component repair and replacement for each piece of hardware (3 each), on-site maintenance support for kiosk, proactive remote monitoring services, and post-installation professional services of 6 hours. Each 1 0002 Customization Services (Queue configuration and GUI customization 1 each) Each 1 0003 Implementation & Deployment Services (Pre-Shipment Services include hardware/software/content integration and testing of standard kiosk -1 each; hardware/software/content integration and testing of status board-2 each; site coordination by Project Manager for 1 Site) (Post-Shipment Services to include Kiosk hardware setup and installation -1 each, Queuekiosk software training by Professional 1 each) Each1 0004 Renewal/Option Year-Paid Annually (HARDWARE SUPPORT- Kiosk Hardware Support to include Live Help Desk Support M-F, TIPS Kiosk Management Software Maintenance, Component repair and replacement, On-site maintenance support for kiosk, proactive remote monitoring services; Status Board Hardware Support to Include component repair and replacement of 2 boards.) (SOFTWARE SUBSCRIPTIONS � TIPS Cloud Bundle for Kiosk Admin Portal 1 Each, QueueKiosk Software Subscription for 1 Queue, QueueKiosk Web Module Subscription for 1 Queue, QueueKiosk Text/SMS Module Subscription for 1; plus additional support Post-Installation Professional Services of 6 Hours) Each 1 Quotes are due by 3:00 p.m.�Central Standard Time August 25. It is the firm�s or individuals� responsibility to be familiar with applicable provisions and clauses.� All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at https://www.acquisition.gov See Attached: 20210810 Clause Selection The following Provisions and Clauses apply to this solicitation and are incorporated by reference: See attachment: 20210810 Clause Selection for FAR & DFARs Clauses. AFFARS Clauses Incorporated by Full Text 5352.201-9101 ��������������������������������������AFRC Ombudsman �������������������������������������������������������������10/1/2019 (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Col David Robertson, HQ AFRC/DSD, 155 Richard Ray Blvd, Robins AFB GA 31098. Comm: 478-327-2440. Email: david.robertson.3@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. (End of clause) 5352.223-9000 ���������� Elimination of Use of Class I Ozone Depleting Substances (ODS) � 10/1/2019 (a) Contractors shall not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] (End of clause)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/946016bf8bd7439da2d1fab1231773e5/view)
 
Place of Performance
Address: Minneapolis, MN 55450, USA
Zip Code: 55450
Country: USA
 
Record
SN06094084-F 20210813/210811230124 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.