New York Bids > Bid Detail

All-In-One Mailroom Security Scanner

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 36 - Special Industry Machinery
Opps ID: NBD00159690427516261
Posted Date: Aug 15, 2023
Due Date: Aug 21, 2023
Solicitation No: FA875123Q0056
Source: https://sam.gov/opp/f600def67e...
Follow
All-In-One Mailroom Security Scanner
Active
Contract Opportunity
Notice ID
FA875123Q0056
Related Notice
FA875123Q0056
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE RESEARCH LABORATORY
Office
FA8751 AFRL RIKO
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Aug 15, 2023 02:18 pm EDT
  • Original Published Date: Jul 31, 2023 10:56 am EDT
  • Updated Date Offers Due: Aug 21, 2023 03:00 pm EDT
  • Original Date Offers Due: Aug 07, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 05, 2023
  • Original Inactive Date: Aug 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3690 - SPECIALIZED AMMUNITION AND ORDNANCE MACHINERY AND RELATED EQUIPMENT
  • NAICS Code:
    • 334519 - Other Measuring and Controlling Device Manufacturing
  • Place of Performance:
    Rome , NY 13441
    USA
Description View Changes

Amendment No. 3 dated 15 August 2023 hereby extends the closing date to 21 August 2023, 3:00 PM EST and provides Question & Answer document no. 2





Amendment No. 2 dated 7 August 2023 hereby extends the closing date to 15 August 2023, 3:00 PM EST.





Amendment No. 1 dated 2 August 2023 hereby adds a Questions and Answers document and corrects the NAICS code. Correct NAICS code (as listed below) is 334519.





This is a combined synopsis/solicitation for commercial products and commercial services 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; Offers are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.



Solicitation FA8751-23-Q-0056 is issued as a request for quotation (RFQ).



This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 and Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 20230609.



See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein.



This procurement is being issued as Total Small Business set-aside under NAICS code 334519 and small business size standard 500 employees.



The contractor shall provide the following items on a firm fixed price basis including the cost of shipping FOB Destination:



Rome Research Lab, NY requires an All-In-One Mail Security Scanner meeting the below minimum specifications and include the capability for recurring training, maintenance, and calibration remotely as well as a maintenance (service plan) warranty for system component malfunctions (see below). The minimum specifications include:



A system or systems that will detect the following mail room threats as listed in the Department of Homeland Security mail screening Guidelines: Explosives, Illicit items, Contraband, Powders, Liquids, Chemicals, Biological, Radiological, and nuclear materials.



It must provide image and video capture capabilities with the ability to externally connect to a network via Ethernet, 4G, Wi-Fi, or LTE.



It must operate on standard 110/220 V AC power.



A touch screen monitor with the ability to zoom for detailed inspection.



The monitor must provide brightness and contrast adjustments.



The monitor must provide color displays based on items being scanned.



The system must provide peripheral connectivity via USB and HDMI



The system must allow automatic software updates.



The system must utilize a space not to exceed 72 in length x 32 in depth x 96 in height



Service Plan: Offerors shall include their best or most cost efficient service plan that is commercially offered up to five (5) years. Note that the government reserves the right to incorporate option years into the resultant contract for the service plan.



SHIP HARDWARE TO:



DoDAAC: F4HBL1



CountryCode: USA



AFRL RIOLSC



AF BPN NO MILSBILLS PROCESSES



148 ELECTRONIC PKWY



ROME, NY 13441-4503



UNITED STATES



Name, Email address, and Phone number of the end user POC associated with the delivery will be provided via Section F of any award resulting from this solicitation.



Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.



The anticipated delivery date is 30 days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (NOV 1991). The place of delivery, acceptance and FOB destination point is Rome NY 13441.



The provision at 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services, applies to this acquisition.



Addendum to the following paragraphs of 52.212-1 are:



(b) Written proposals/quotes are due at or before 3PM, (Eastern Time) 21/AUG/2023. Submit email responses to jennifer.calandra@us.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Products and Commercial Services.



(b)(4) Submit a technical description of the items being offered.



(b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.



(b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation.



(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; and waive informalities and minor irregularities in offers received.



The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers:



(i) technical capability of the item offered to meet the Government requirement; and



(ii) price;



All evaluation factors other than price, when combined, are equal.



Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services, as well as the following:



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment



252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation



252.225-7000, Buy American –Balance of Payments Program Certificate



252.225-7055, Representation Regarding Business Operations with the Maduro Regime



For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 1)



The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, applies to this acquisition.



The clause at 52.217-5 Evaluation of Options applies to this acquisition.



The clause at 52.217-7 Option for Increased Quantity-Separately Priced Line Item applies to this acquisition as follows: The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.



The clause at 52.217-9, Option to Extend the Term of the Contract applies to this acquisition as follows: “(a) The Government may extend the term of this contract by written notice to the Contractor; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.



The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services, applies to this acquisition. The following additional FAR clauses cited are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:



(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:



52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements



52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities



52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.



52.209-10, Prohibition on Contracting with Inverted Domestic Corporations



52.232-40, Providing Accelerated Payments to Small Business Subcontractors



52.233-3, Protest After Award



52.233-4, Applicable Law for Breach of Contract Claim



(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:



52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards



52.204-27, Prohibition on a ByteDance Covered Application



52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment



52.219-6, Notice of Total Small Business Aside DEVIATION 2020-O0008



52.219-28, Post Award Small Business Program Re-representation



52.222-3, Convict Labor



52.222-19, Child Labor—Cooperation with Authorities and Remedies



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



52.225-13, Restrictions on Certain Foreign Purchases



52.232-33, Payment By Electronic Funds Transfer—System For Award Management



The following additional FAR and FAR Supplement provisions and clauses also apply:



52.204-16, Commercial and Government Entity Code Reporting



52.204-18, Commercial and Government Entity Code Maintenance



52.204-21, Basic Safeguarding of Covered Contractor Information Systems



52.204-22, Alternative Line Item Proposal



52.211-6, Brand Name or Equal



52.247-34, FOB Destination



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



252.204-7003 Control of Government Personnel Work Product



252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support



252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services



252.204-7024, Notice on the Use of the Supplier Performance Risk System



252.211-7003, Item Identification and Valuation



Para. (c)(1)(i): N/A



Para. (c)(1)(ii): N/A



Para. (c)(1)(iii): N/A



Para. (c)(1)(iv): N/A



Para. (f)(2)(iii): N/A



252.213-7000, Notice of Prospective Suppliers on the Use of Past Performance Information Retrieval System – Statistical Reporting in Past Performance Evaluations



252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors.



252.223-7008, Prohibition of Hexavalent Chromium



252.225-7001, Buy American and Balance of Payments Program



252.225-7048 Export-Controlled Items



252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime



252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems



252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation



252.227-7015, Technical Data--Commercial Products and Commercial Services



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, Subcontracts for Commercial Products and Commercial Services



252.246-7008, Source of Electronic Parts



252.247-7023, Transportation of Supplies by Sea – Basic



5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Ombudsman: Mr. Steven L. Ewers (Primary), AFRL/PK, 1864 Fourth Street, Wright-Patterson AFB OH 45433-7130, COMM (937) 904-9700, FAX (937) 656-7321, email: afrl.pk.workflow@us.af.mil



Note that the clause at 252.211-7003 is included in this solicitation. Agency specific guidance is provided below:



For proposed Line Item Numbers with a unit price ≥ $5,000. Vendors will be expected to supply Unique Item Identifier (UII/ UID) labels.



UII/ UID component data elements should be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; Error Checking and Correction 200 (ECC200) data matrix specification.



(A)LABEL:



If using Construct 1: Encode the two dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #.



If using Construct 2: Encode the two dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #.



Any costs associated in complying with these terms should be included as part of the firm fixed priced offer herein.



The Defense Priorities and Allocations System (DPAS) rating DO-C9 has been assigned to this effort.



All responsible organizations may submit a quote, which shall be considered.




Attachments/Links
Contact Information
Contracting Office Address
  • CP 315 330 7298 26 ELECTRONIC PKWY BLDG 106
  • ROME , NY 13441-4514
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >