SOLICITATION NOTICE
70 -- W911SF24R0009 VeriFone Card Readers (Model # M400) with Maintenance Services
- Notice Date
- 1/24/2024 6:42:13 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- W6QM MICC-FT MOORE FORT MOORE GA 31905-5182 USA
- ZIP Code
- 31905-5182
- Solicitation Number
- W911SF24R0009
- Response Due
- 2/2/2024 10:00:00 AM
- Archive Date
- 02/17/2024
- Point of Contact
- Jeanette Parker, Phone: 7065454224
- E-Mail Address
-
jeanette.parker7.civ@army.mil
(jeanette.parker7.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial products and commercial services 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 combined synopsis/solicitation (W911SF24R0009) is being issued as a request for quote (RFQ) utilizing a Total Small Business Set-Aside, and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2022-07, published August 10, 2022. Description of the Requirement: The Mission and Installation Contracting Command (MICC) � Fort Moore has a requirement to lease seven (7) VeriFone Card Readers (Model # M400) with maintenance services for the Martin Army Hospital (MACH) dining facility. The card readers will enable MACH�s dining facility patrons to pay for meals by using a credit card option. This model of card reader is required because they will allow access to the payment portal connection already in use by the hospital. Credit Card Machine Readers must be compatible with Computrition point-of-sale software system terminals for securely processing credit cards, debit cards, prepaid cards, checks, electronic benefits transfers (EBTs) and other electronic transact ions. Machines must be compatible with current system Computrition software, keys and additional coding that is required in order to be installed on the network; This requirement is a must in order to have the Credit Card Readers work with current systems; high-speed internet connection with dial-up backup for completing transactions quickly. DELIVERY INFORMATION: Period of Performance: Base + 4 Option Years: 12 February 2024 through 11 February 2029 Resulting contract will also contain FAR 52.217-8, Option to Extend Services and may be used for up to 6 additional months. CLIN 0001, Non-Personal Services/VeriFone Card Readers (Base Year) QTY: ������12�������� �UNIT OF ISSUE: ������Months���� �Unit Price ____________ Total Price ____________ Non-personal Services for the lease and maintenance for seven (7) VeriFone Card Readers (Model # M400) CLIN 1001, Non-Personal Services/VeriFone Card Readers (Option Year One) QTY:� �����12�������� �UNIT OF ISSUE: ������Months���� �Unit Price ____________ Total Price ____________ Non-personal Services for the lease and maintenance for seven (7) VeriFone Card Readers (Model # M400) CLIN 2001, Non-Personal Services/VeriFone Card Readers (Option Year Two) QTY:� �����12�������� �UNIT OF ISSUE: ������Months���� �Unit Price ____________ Total Price ____________ Non-personal Services for the lease and maintenance for seven (7) VeriFone Card Readers (Model # M400) CLIN 3001, Non-Personal Services/VeriFone Card Readers (Option Year Three) QTY:� �����12�������� �UNIT OF ISSUE: ������Months���� �Unit Price ____________ Total Price ____________ Non-personal Services for the lease and maintenance for seven (7) VeriFone Card Readers (Model # M400) CLIN 4001, Non-Personal Services/VeriFone Card Readers (Option Year Four) QTY:� �����12�������� �UNIT OF ISSUE: ������Months���� �Unit Price ____________ Total Price ____________ Non-personal Services for the lease and maintenance for seven (7) VeriFone Card Readers (Model # M400) SOLICITATION PROVISIONS: This solicitation incorporates by reference, with the same force and effect as if they were given in full text. 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. The full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov. CONTRACT CLAUSES(Provided in Attachment): The resulting contract will incorporate clauses by reference, with the same force and effect as if they were given in full text. The full text of a contract clause may be accessed electronically at this address: https://www.acquisition.gov. FOR OFFERS TO BE CONSIDERED: 1. This requirement will utilize the Lowest Price-Technically Acceptable (LPTA) source selection procedures IAW 15.101-2. Under LPTA, all factors other than cost or price are evaluated on an �acceptable� or �unacceptable� basis. Best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. 2. The Offeror is to provide its submission in accordance with the instructions found herein and within the solicitation provision 52.212-1, Instructions to Offerors � Commercial Items. The SF 1449 is not being used so Offerors are to make their submission by way of company letterhead and the CLIN structure in this Combined Synopsis/Solicitation. Offer must ensure the NAICS code is listed in their certification in the FAR report prior to submitting offers. Questions are to be submitted by email to: usarmy.moore.acc-micc.mbx.micc-proposals@army.mil 10:00 a.m. Eastern Standard Time (EST), Wednesday, January 30, 2024. Offers to be received by MICC-Fort Moore no later than (NLT) 1:00 p.m. Eastern Standard Time (EST), Friday, February 2, 2024 via email to:�Jeanette Parker @ usarmy.moore.acc-micc.mbx.micc-proposals@army.mil� Subject: W911SF24R0009 - VeriFone Card Readers (Model # M400) with Maintenance Services 3. Offer is to consist of the following documents: a. Company letterhead, containing information prescribed by 52.212-1. Documents for technical evaluation, representations and certifications, and past performance as addressed in subparagraphs 52.212-1(b)(4), (8) and (10) are to be provided separately as discussed below. 4. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM) with all required information provided prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov. 5. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM) under 334118, Computer Terminal, prior to submitting proposals, will not be considered. Vendors may register with SAM by going to www.sam.gov. Contracting Office Address: MICC-Fort Moore, 6650 Meloy Drive, Suite 250, Fort Moore, GA 31905 Point of Contact: Jeanette Parker, Email: jeanette.parker7.civ@army.mil, 706-545-4224 or Mr. Shannon J. Hutchins, Email: shannon.j.hutchins.civ@army.mil, 706-545-2430. List of Attachments: Attachment 1 � Solicitation Attachment 2 � Performance Work Statement �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/94cde6e58326498eb32654ff92362e04/view)
- Place of Performance
- Address: Fort Moore, GA 31905, USA
- Zip Code: 31905
- Country: USA
- Zip Code: 31905
- Record
- SN06944416-F 20240126/240124230044 (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 |