This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 1027092 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 335210 with a small business size standard of 1,500.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids.
The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on:
2020-06-05 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.
FOB Destination shall be JBLM, WA 98433
The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: SmarTrack Digital Arms Room and Asset Tracking Software IUID
specifications-
Heads up display with:
Expired ETS and DEROS/PCS
Overdue maintenance items
Ammo storage expiration
Maximum rounds fired notification (80-100 percent)
Readiness rating alerts for non-mission capable systems
Required reports and inspections
MAL with:
Core elements of data base, visual status icons, real time decision making tool
Visual indication of what is: assigned, un-assigned, checked out, non-mission capable, and round count status
Facilitates drag and drop changes
Prevents double assignments
Prevents the assignment of non-mission capable equipment
Bundles equipment (connects machine gun, spare barrels, spare bags, scopes and aiming device as a set)
Property Book:
Inventory and Reconcile Property and Sensitive Items
Inventories against property books
Accurate property book of all arms room equipment down to assigned level by team, squad, platoon and company
Prints property books for leaders at each level showing what they their unit is responsible for
Includes quantity authorized, on hand, LIN, SUB LIN, NSN, Nomenclature, Type to include POWâs
Personnel Page:
Fills authorized personnel database with CAC cards to include signature
Allows drag and drop assignment of personnel to teams, squads, sections and platoons
Identifies do not issue personnel (court-marshal, suicide watch etc.) from drawing equipment
Allows assignment of attached personnel
Prints personnel reports by team through company level
Issue and Turn In:
CAC Card issue with PIN Verification
Prevents issue of non-mission capable equipment
Prevents issue of equipment to the wrong individual
Prevents issue to Lautenberg Act personnel
Generates instantaneous 2062/Weapons Sign Out Log
Eliminates armorer transcription errors
Speeds the issue & turn-in
Provides historical equipment data
Tracks Rounds fired/Rounds remaining
Checked out items Page:
Real time checked out items tracking
Shows who equipment is assigned to, who actually checked it out and for what reason equipment was checked out
Query by reason, unit (team- company), by person and by type of weapon
Constantly updates equipment counts for all items on property book
Maintenance:
Automates scheduled maintenance tasks
Maintains a real-time DA form 2404/5988 for the user
Tracks round counts and populates DA from 2408 for all round counts and maintenance tasks
Maintains maintenance history records for all equipment
Notifies armorer when gauging and calibration is due
Notifies armorer when organizational and user maintenance is due
Inventory:
Automated daily, monthly, property book and command directed inventory
Provides for 100 percent accuracy of all arms room equipment
Conduct inventories from multiple locations
Verifies inspectors minimum rank and ensures non-consecutive monthly inspector
Inventory by type, status, location and more
Instant comparison to master data base
Conduct cyclic, 20 percent and other types of inventory, 13, EA;
LI 002: GETAC A140 Tablet W/Stylus
Operating System Windows 10 Pro Mobile Computing Platform Platform Options: Intel® Core⢠i7 vPro⢠Technology Intel® Core⢠i7-6600U vPro⢠Processor 2.6GHz Max. 3.4GHz with Intel® Turbo Boost Technology - 4MB Intel® Smart Cache Intel® Core⢠i7 Technology Intel® Core⢠i7-6500U Processor 2.5GHz Max. 3.1GHz with Intel® Turbo Boost Technology - 4MB Intel® Smart Cache Intel® Core⢠i5 Technology Intel® Core⢠i5-6200U Processor 2.3GHz Max. 2.8GHz with Intel® Turbo Boost Technology - 3MB Intel® Smart Cache Intel® Core⢠i5 vPro⢠Technology Intel® Core⢠i5-6300U vPro⢠Processor 2.4GHz Max. 3.0GHz with Intel® Turbo Boost Technology - 3MB Intel® Smart Cache VGA Controller Intel® HD Graphics 520 Display 14" TFT LCD HD (1366 x 768) 1000 nits LumiBond® display with Getac sunlight readable technology Capacitive multi-touch screen Optional 14" IPS TFT LCD FHD (1920 x 1080) Optional 800nits LumiBond® display with Getac sunlight readable technology Capacitive multi-touch screen Storage & Memory 4GB DDR4 expandable to 32GB Optional SSD 128GB / 256GB / 512GB Keyboard 8 tablet buttons (Windows, Power, Camera Capture, Barcode Reader Trigger, OSDC, Rotation Lock, Volume Up, Volume Down) Pointing Device Touchscreen - Capacitive multi-touch screen Expansion Slot Optional 1D/2D imager barcode reader Optional serial port or VGAi Ethernet x 2 MicroSD Optional fingerprint scanner Optional HF RFID I/O Interface Optional FHD webcam x 1 Optional 8M pixels auto focus rear camera x 1 Headphone out / mic-in combo x 1 DC in Jack x 1 USB 3.0 x 2 USB 2.0 x 1 Docking connector x 1 HDMI x 1 Optional RF antenna pass-through for GPS, WLAN and WWAN Communication Interface 10/100/1000 base-T Ethernet x 2 Intel® Dual Band Wireless-AC 8260, 802.11ac Bluetooth (v4.2)ii Optional dedicated GPS Optional 4G LTE mobile broadband Security Feature Intel® vPro⢠Technology TPM 2.0 Optional HF RFID Opional fingerprint scanner Smart Card reader Kensington lock Power AC adapter (65W, 100-240VAC, 50 / 60Hz) Li-Ion smart battery (10.8V, 3220mAh) x 2 LifeSupport⢠battery swappable technology Dimension (W x D x H) & Weight 369 x 248 x 32.5 mm (14.58" x 9.76" x 1.279"), 2.3 kg (5.07 lbs)iii Rugged Feature MIL-STD-810G certified and IP65 certified MIL-STD-461G certifiediv Optional ANSI/ISA 12.12.01 4 feet drop resistant Vibration & drop resistant e-Mark certified for vehicle usage Environmental Specification Temperaturev: - Operating: -21°C to 60°C / -5.8°F to 140°F - Storage: -51°C to 71°C / -60°F to 160°F Humidity: - 95% RH , non-condensing, 13, EA;
LI 003: HP LaserJet Pro M404dn Network Monochrome Laser Printer with Duplexing
Printer Function-Print Only
black and white print speed- 31 to 40 ppm
printer max paper size- 8.5" x 14" legal
recommended monthly print volume- 750-4000 pages
number of users- 5-10
printer connectivity- usb and network ready
maximum printer monthly duty cycle- print up to 80,000 pages
media types supported- Paper (plain, EcoFFICIENT, light, heavy, bond, colored, letterhead, preprinted, prepunched, recycled, rough); envelopes; labels
printer conditions- new
printer processor- 1200 MHz
depth in inches- 14.06
Height in inches- 8.5
supported paper sizes- Letter, legal, executive, Oficio (8.5 x 13 in), 4 x 6 in, 5 x 8 in, envelopes (No 10, Monarch)
mobile capability- mobile capable
width in inches- 15
paper input capacity- 100-sheet multipurpose Tray 1, 250-sheet input Tray 2; Up to350 sheets
best used for- office
weight in pounds- 18.87
energy star compliant
print speed (ipm)-Prints up to 40/38 ppm (Letter/A4) 2-sided: Up to 33/31 ppm (Letter/A4)
number of paper trays- 3
printer memory- Standard: 256 MB DRAM; 256 MB Flash; Maximum: 256 MB DRAM; 256 MB Flash
mobile printing apps- AppleAirPrintâ¢;GoogleCloudPrintâ¢;HPePrint;HPSmartApp;MobileApps; Mopriaâ¢Certified;ROAMcapableforeasyprinting;Wi-Fi®Directprinting
print resolution (dpi)- Black (best): HP FastRes1200 (Enhanced up to 4800 x 600dpi)
true color- white
type of printer- single-function
printer technology- laser
duplex printing- automatic
output type- black and white
first page out- as fast as 6.1 sec
printer display- 2 line LCD
series or collection- laserjet pro
wireless ready- wired, 13, EA;
LI 004: XL AV Cart, 13, EA;
LI 005: SCR 3310 CAC READER, ISO 7816 compliant, small, ergonomic USB smart card reader with bottom side mounting holes., 13, EA;
LI 006: Motorola 2070 Scanner W/Base
USB Cradle Kit. 2D Imager, Standard range, Bluetooth, Color Screen, Alphanumeric Keypad, Windows CE 5.0. Includes charging/Bluetooth Communications cradle, power supply, US line cord, and USB cable., 13, EA;
LI 007: Microsoft Office Windows 2019, 13, EA;
LI 008: Adobe Reader, 13, EA;
LI 009: Tripp Lite E550 Universal Power Source, 13, EA;
LI 010: Tablet docking station
Specs- Compatible with GETAC A140 Tablet, 13, EA;
LI 011: Keyboard and Mouse, wireless, Microsoft, 13, EA;
LI 012: Seagate 1TB External HD
1TB storage capacity
USB 3.0 interface
data transfer rates up to 5 Gbps with USB 3.0, 13, EA;
LI 013: Barcodes, 2D metal flex with self adhesive, 7000, EA;
LI 014: 5 year warranty on all equipment, includes on site instalation (system set up and testing with customer), shipping cost included, 1, EA;
Solicitation and Buy Attachments***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***
For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at
[email protected]. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or
[email protected] of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal.
The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions â Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 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, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea.
IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance
Shipping is FOB Destination CONUS (CONtinental U.S.).
New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.
Submitted Quotes will be valid for 45 days after the auction closing.
This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).
IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site.
The associated North American Industrial Classification System (NAICS) code
for this procurement can be found. The small business size
standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf
"AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command
Office of Command Counsel
4400 Martin Road
Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000
Fax: (256) 450-8840
Packages sent by FedEx or UPS should be addressed to:
Headquarters U.S. Army Materiel Command
Office of Command Counsel
4400 Martin Road
Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000
Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp.
If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures."
"52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10,
Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government
Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006,
Prohibition On Storage And Disposal Of Toxic And Hazardous Materials;
252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material
inspection and receiving report"
Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.
Wide Area WorkFlow Payment Instructions
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.
This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.
IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than price.
No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an Âall-or-nothing basis.
Wide Area WorkFlow Payment Instructions
Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer -
[email protected] or call 315-772-5582.
In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product.
****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****
Bid Protests Not Available