Federal Bid

Last Updated on 11 Oct 2008 at 8 AM
Combined Synopsis/Solicitation
Pope Mississippi

Max Badging System

Solicitation ID F3M3SF8197A005
Posted Date 23 Sep 2008 at 10 PM
Archive Date 11 Oct 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4488 43 Cons Lgc
Agency Department Of Defense
Location Pope Mississippi United states

(i) 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; quotations are being requested and a written solicitation will not be issued. (ii) The purchase request number is F3M3SF8197A005 and the solicitation is issued as a request for quotation (RFQ) (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-26. (iv) This solicitation is 100% set-aside for small business concerns. The associated NAICS code is 561621, and the small business size standard is $11.5 Million. (v) This requirement consists of six (6) line items: 0001 - Max Express system//includes Max Express software, HP mini-tower workstation and server, camera, signature pad, finger print reader, duplex scanner, fargo printer and supplies, laser printer. Part number 10-42001A or equal Qty 1 Ea. 0002- 12 hour Technical Support 7am -7pm Monday -Friday 0003-Annual Support for Hardware 0004- On site set up and training 0005 Up charge for magnetic strip encoder for Fargo DTC-550 Printer (factory installed) or equal Qty 1 Ea 0006- Data migration of Trentech data technical support part number 60-1007 or equal (must be able to guarantee successful migration). (vi) Description: this requirement is for a line badge system (vii) This requirement is for purchase and installation to the 43rd Security Forces Squadron at Pope AFB, NC. The delivery date of any resulting contract will be 30 days after award. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (vix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. Paragraph (a) of FAR 52.212-2 is added to read: Lowest price technically acceptable. The contractor certifies that it can meet the delivery date by submitting a quotation. (x) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall be registered in the Online Representations and Certifications Application - ORCA - at http://orca.bpn.gov/. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition Paragraph (o) is changed to read: The contractor shall provide all standard commercial warranties to the government. (xii) 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 FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: (5), (15-19), (21) (c1&c2). (xiii) The clause at 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, applies to this acquisition. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/. The following sub-paragraphs identified within DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, are considered checked and are applicable to this acquisition: DFARS 252.225-7001, DFARS 252.247-7023 (Alternate III), and DFARS 252.225-7036. Additionally the following clauses and provisions are added to this combined synopsis/solicitation and considered applicable to this acquisition: 52.204-7, Central Contractor Registration; 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 (Alt A); 252.225-7000 Buy American Act--Balance of Payments Program Certificate; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.243-7001, Pricing of Contract Modifications; 52.252-2, Clauses Incorporated by Reference (fill in: http://farsite.hill.af.mil); 252.232-7003, Electronic Submission of Payment Requests; 252.246-7000 Material Inspection and Receiving Report; 5352.201-9101 Ombudsman and the provision at 52.211-6 -- Brand Name or Equal are applicable to this acquisition. Award can only be made to contractors registered in the Central Contractor Registration web page, http://www.ccr.gov. Wage Determination 05-2393 (Rev - 7) applies to this acquisition. (xiv) The Defense Priorities and Allocation System (DPAS) is not applicable to this acquisition. (xv) Commerce Business Daily numbered note 1 applies to this acquisition. (xvi) The solicitation due date is 26 Sep 08, at 12:00 PM EST. (xvii) The assigned contract specialist is Jeremy Fraser, and can be reached at 910-394-6252 or [email protected]. You may fax your quotes to 910-394-5687. Direct any questions to Jeremy Fraser at the number above.

Bid Protests Not Available

Similar Past Bids

Wright patterson air force base Ohio 23 Aug 2010 at 6 PM
Redstone arsenal Alabama 11 Jun 2014 at 9 PM
Redstone arsenal Alabama 24 Feb 2005 at 5 AM
Travis air force base California 26 Sep 2005 at 5 AM
Springfield Virginia 05 Oct 2022 at 10 PM

Similar Opportunities

Denver Colorado 31 Jul 2025 at 8 PM
Denver Colorado 21 Aug 2025 at 8 PM
Tampa Florida 28 Jul 2025 at 1 PM
California 22 Jul 2025 at 10 PM
Warwick Rhode island 16 Jul 2025 at 3 PM