All-In-One Mailroom Security Scanner
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159690427516261 |
Posted Date: | Aug 15, 2023 |
Due Date: | Aug 21, 2023 |
Solicitation No: | FA875123Q0056 |
Source: | https://sam.gov/opp/f600def67e... |
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.
- 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
- 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 13441USA
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.
- CP 315 330 7298 26 ELECTRONIC PKWY BLDG 106
- ROME , NY 13441-4514
- USA
- Jennifer Calandra
- Jennifer.Calandra@us.af.mil
- Jenna Tarbania
- jenna.tarbania@us.af.mil
- Aug 15, 2023 02:18 pm EDTCombined Synopsis/Solicitation (Updated)
- Aug 07, 2023 12:34 pm EDT Combined Synopsis/Solicitation (Updated)
- Aug 02, 2023 01:25 pm EDT Combined Synopsis/Solicitation (Updated)
- Jul 31, 2023 10:56 am EDT Combined Synopsis/Solicitation (Original)
- Jul 12, 2023 11:55 pm EDT Sources Sought (Original)
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.