The RFP Database
New business relationships start here

Requirement for CribMaster RFID


Illinois, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

 

The Defense Information Technology Contracting Organization (DITCO), Information Technology Division, Hardware Section (DITCO/PL8322), 2300 East Drive, Scott Air Force Base, Illinois 62225-5406, intends to issue a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 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.  The request for quote (RFQ) document and incorporated provisions and clauses are those in effect through FAC 2005-89.


This RFQ is issued as a total small business set aside.  The NAICS code is 334419.  This requirement is for CribMaster RFID products which are supported by a brand name justification.  Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them.  If the offeror is not registered in SAM, it may do so through the SAM website at https://www.sam.gov.  Offerors must submit a completed copy of the provisions at 52.212-3, Offeror Representations and Certification - Commercial Items, with its offer, unless the vendor has registered and completed the provisions on SAM.     


This solicitation is for procurement of CribMaster RFID hardware and software as identified in the pricing worksheet.  Sellers MUST provide the item requested in the line item description (exact make, model, part number, and/or description).  Interested contractors are asked to submit pricing for the requirement on the attached pricing spreadsheet as well as their own firm quote format.  Bid MUST be good for 30 calendar days after close of the solicitation.  The hardware must be BRAND NEW products from the Original Equipment Manufacturer (OEM), and all quotes must be from contractors who are CribMaster authorized resellers.  Refurbished or used equipment will not be accepted.  The payment method is through Wide Area Work Flow.  Shipping must be free on board (FOB) destination.  No partial shipments are permitted unless specifically authorized at the time of award.  The expected delivery is within 30 days after receipt of order.  This solicitation requires offers on all or none of the items.  Partial quotes will not be accepted.


Section 508 accessibility standards do not apply to this acquisition based on the following exception(s): The E&IT is located in spaces frequented by service personnel for maintenance, repair or occasional monitoring of equipment.


The agency intends to award a firm-fixed price order using the lowest price technically acceptable methodology.  After receipt of quotes, the Government will first evaluate the lowest price quote.  If the lowest price quote is determined to be technically acceptable and otherwise properly awardable, no further evaluations will be conducted, and award will be made.  If, however, the lowest price quote is determined to be technically unacceptable and/or otherwise not properly awardable, further evaluations will be conducted.  


Delivery Address:


Norfolk Naval Shipyard
Building 74
Portsmouth, VA 23709


Please provide your DUNS Number, taxpayer identification (TIN), CAGE code, Contractor Point of Contact, Phone Number,  E-mail Address, Fax Number, Payment Term (net 30) or Discount, Business Size (i.e., small, women-owned, etc.), warranty period, and estimated delivery date with your quote.


Questions should be addressed to gerald.c.thomas6.civ@mail.mil.  The phone number is (618) 229-9732.  Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond.  Questions not received within a reasonable time prior to close of the solicitation may not be considered.


Quotes are due on September 1, 2016 at 9:00 AM (CT) and should be submitted to the contract specialist at DITCO via the following email address: gerald.c.thomas6.civ@mail.mil.


The following provisions and clauses apply to this requirement:    


FAR


52.204-7, Central Contractor Registration
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13, System for Award Management Maintenance
52.204-16, Commercial and Government Entity Code Reporting
52.204-18, Commercial and Government Entity Code Maintenance
52.204-19, Incorporation by Reference of Representation and Certifications
52.209-6, Protecting the Government's Interest When Subcontracting with contractor's Debarred, Suspended, Proposed for Debarment
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
52.212-1, Instructions to Offerors-Commercial
52.212-3, Offeror Representations and Certifications-Commercial Items
52.212-4, Contract Terms and Conditions-Commercial Items
52-212-5, Contract Terms and Conditions (Deviation)
52.219-28, Post Award Small Business Program Representation
52.222-3, Convict Labor
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52-225-18, Place of Manufacture
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
52.232-33, Payment by Electronic Funds Transfer--System for Award Management
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.233-1, Disputes
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52-247-34, F.O.B. Destination
52.252-1, Solicitation Provisions Incorporated by Reference
52.252-2, Clauses Incorporated by Reference
52.252-5, Authorized Deviations in Provisions
52.252-6, Authorized Deviations in Clauses
52.253-1, Computer Generated Forms

DFARS


252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentially Agreements - Representation (DEVIATION 2016-O003)
252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentially Agreements - (DEVIATION 2016-O003)
52.204-7003, Control of Government Personnel Work Product
252.204-7004, Alternate A, System for Award Management
252.204-7008, Compliance with Safeguarding Covered Defense Information's Controls
252.204-7011, Alternative Line Item Structure
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
252.204-7015, Disclosure of Information to Litigation Support Contractors
252.209-7002, Disclosure of Ownership or Control by a Foreign Government
252.211-7003, Item Identification and Valuation
252.211-7008, Use of Government-Assigned Serial Numbers
252.225-7048, Export-Controlled Items
252.227-7013, Rights in Technical Data - Noncommercial Items
252.227-7014, Rights in Noncommercial Computer Software and Noncommercial Computer Software Documentation
252.227-7015, Technical Data - Commercial Items
252.227-7016, Rights in Bid or Proposal Information
252.227-7017, Identification and Assertion of Use, Release, or Disclosure Restrictions
252.227-7030, Technical Data - Withholding of Payments
252.227-7037, Validation of Restrictive Markings on Technical Data
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7006, Wide Area WorkFlow Payment Instructions
252.232-7010, Levies on Contract Payments
252.239-7017, Notice of Supply Chain Risk
252.239-7018, Supply Chain Risk
252.243-7001, Pricing of Contract Modifications
252.244-7000, Subcontracting for Commercial Items
252.246-7000, Material Inspection and Receiving Report
252.247-7023, Transportation of Supplies by Sea


DARS


52.204-9000, Points of Contact
5.204-9001, Contract/Order Closeout-Fixed-Price, Time and Materials, or Labor-Hours
52.209-9000, Organizational and Consultant Conflicts of Interest


The full text of the referenced FAR, DFARS, and DARS provisions and clauses may be accessed electronically at http://farsite.hill.af.mil.


 


Gerald C. Thomas, Contract Specialist, Phone 6182299732, Email gerald.c.thomas6.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP