Combine Solicitation – Biometric Enrollment and Verification Kiosks
| Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Biometric Enrollment and Verification Kiosks
Classification Code: 70 - General purpose information technology equipment
Solicitation Number: SWHARC14Q0022
Contact:
Setaside: N/AN/A
Place of Performance (address): Deliver to:
Place of Performance (zipcode): 78521
Place of Performance Country: US
Description:
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. This announcement constitutes the only solicitation; quotations are being requested by this notice alone, and a written solicitation will not be issued. 1. DESCRIPTION 1.1. The
1.2. The NAICS code applicable to this acquisition is 334118. The corresponding size standard is 1,000 employees. This acquisition is unrestricted.
2. REQUIRED ITEMS:
In accordance with the attached justification only brand name items are acceptable.
CLIN 001:
CLIN 002:
3. DELIVERY INFORMATION
3.1. REQUIRED DELIVERY DATE: No later than
3.2. DELIVERY TERMS: FOB Destination. The Contractor must consolidate the entire shipment to prevent loss and misdirection of the equipment. Partial shipments are not allowed unless otherwise authorized in writing by the
The items being acquired will be donated to the government of the ultimate destination
3.3. PACKING AND MARKING REQUIREMENTS:
Improperly marked shipments will be rejected by the Government and returned at the Contractor's expense.
One copy of the packing list and commercial invoice must accompany the shipment, attached to the outside of the "lead" or number one box/carton/package, or individually attached to the outside of each box/carton/package. In addition, a copy of the packing list and commercial invoice shall be provided to Mr.
This order is ultimately intended for an overseas destination. If the shipment will involve wood packaging material, then the packing and palletizing must conform to the standards in the International Standards for Phytosanitary Measures Publication No. 15: "Guidelines for Regulating Wood Packaging Material in International Trade" (ISPM 15) and have the appropriate markings indicating that the materials meet this standard. Any deliveries arriving at our indicated domestic delivery address that do not meet these standards will be rejected and must be corrected at the contractor's expense. If you have any question regarding this requirement, please contact the Contracting Officer.
Each box, carton, and package shall be marked as follows:
US EMBASSY,
4. INL SOURCE-NATIONALITY RESTRICTIONS
4.1. The source and nationality restrictions found in 22 CFR 228, as adopted by INL, apply to this RFQ. The contractor shall promptly notify the Contracting Officer and COR of any instance in which a waiver is required. The contractor shall identify the particular commodities or services needed, the country of source and nationality, the estimated dollar value, and provide documentation necessary to obtain a waiver under subpart D of 22 CFR 228.
4.2. For purposes of performance, the contractor shall assume that no source or nationality waiver will be provided. Failure of INL to provide a source or nationality waiver shall not discharge the contractor of its contractual responsibilities and shall not form the basis for any claim or request for contract adjustment.
5. EXPORT RESTRICTIONS
5.1. The Contractor shall comply with all U.S. export control laws and regulations, including but not limited to the International Traffic in Arms Regulations (ITAR), 22 CFR Parts 120 through 130, and the Export Administration Regulations (EAR), 15 CFR Parts 730 through 799, in the performance of this contract.
5.2. In the absence of available license exemptions/exceptions, the Contractor shall be responsible for obtaining the appropriate licenses or other approvals, if required, for exports of hardware, technical data, and software, or for the provision of technical assistance.
5.3. The Contractor shall be responsible for obtaining export licenses, if required, before utilizing foreign persons in the performance of this contract, including instances where the work is to be performed in
5.4. The Contractor shall be responsible for all regulatory recordkeeping requirements associated with the use of licenses and license exemptions/exceptions.
5.5. The Contractor shall be responsible for ensuring that the provisions of this clause apply to its subcontractors.
5.6. Nothing in the terms of this contract adds, changes, supersedes, or waives any of the requirements of applicable Federal laws, Executive orders, and regulations.
6. EVALUATION OF QUOTATIONS:
6.1. Award will be made to the lowest priced-technically acceptable quoter who submits a quotation that is responsive to combined synopsis/solicitation requirements. The Government reserves the right to reject a quotation that is technically unacceptable or unreasonably low or high in price.
6.2. To be considered for award, the contractor must be determined by the Contracting Officer to be responsible in accordance with the standards described in FAR 9.104-1.
6.3. To be considered for award, the contractor must be registered in SAM (www.sam.gov). Exceptions to this requirement are enumerated in FAR 4.1102.
6.4. Award will be on an "all or none" basis.
7. QUOTATION MUST INCLUDE THE FOLLOWING:
7.1. PRICE: unit and extended prices, inclusive of delivery charges.
7.2. DELIVERY INFORMATION: Proposed delivery date and location. 7.3. DESCRIPTION: Description and part number of the proposed items; product literature may be provided. Include a description of applicable warranty terms.
7.4. COMPANY INFORMATION: Include company name, address, website (if available), telephone number, and POC information. Include DUNS number and statement that the company is registered in SAM.
7.5. CERTIFICATIONS: Completed certifications (FAR 52.212-3 and 52.209-7) or statement that the certifications are available in SAM (www.sam.gov).
7.6. PAST PERFORMANCE: A list of contracts performed within five (5) years from the date of this posting for the provision of comparable kiosks to federal, state, and local government or commercial customers. The list shall include contact information (name, organization, email, and phone) and be limited to no more than five (5) references.
8. ADDITIONAL INFORMATION AND REQUIREMENTS:
8.1. All responsible sources may submit a quotation which shall be considered by the Department. This solicitation number SWHARC14Q0022 is issued as an RFQ under subpart 12.6 and 13.5 of the Federal Acquisition Regulation (FAR). This is a solicitation document incorporating FAR clauses and provisions that are in effect through Federal Acquisition Circular 2005-72.
8.2. This RFQ incorporates one or more clauses and provisions by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer.
Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause or provision may be accessed electronically at these addresses:
FAR clauses/provisions may be accessed at: http://acquisition.gov/far/index.html
DOSAR clauses/provisions may be accessed at: http://www.statebuy.state.gov/dosar/dosartoc.htm
These addresses are subject to change. You may also use an Internet "search engine" (e.g.,
8.2.1. The following FAR clauses and provisions are incorporated by reference.
52.203-3, Gratuities
52.203-12, Limitation on Payments to Influence Certain Federal Transactions
52.209-7, Information Regarding Responsibility Matters
52.212-1, Instructions to Offerors - Commercial Items
52.212-3, Offeror Representations and Certifications - Commercial Items
Fill-in paragraph i(1): Electronics -
52.212-4, Contract Terms and Conditions - Commercial Items
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items
The following clauses are selected under paragraph (b):
52.203-6, Restrictions on Subcontractor Sales to the Government;
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards;
52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;
52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters;
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations;
52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns;
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;
52.222-40, Notification of Employee Rights Under the National Labor Relations Act;
52.223-15, Energy Efficiency in Energy-Consuming Products;
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving;
52.225-5, Trade Agreements
52.225-13, Restrictions on Certain Foreign Purchases;
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and
52.239-1, Privacy or Security Safeguards 52.214-34, Submission of Offers in the English Language
52.214-35, Submission of Offers in U.S. Currency
52.227-14, Rights in Data - General
52.227-19, Commercial Computer Software License
52.229-6, Taxes -- Foreign Fixed-Price Contracts
8.2.2. The following DOSAR clauses and provisions are incorporated by reference.
652.206-70,
652.225-70, Arab League Boycott of
652.225-71, Section 8(a) of the Export Administration Act of 1979, as Amended (
652.229-70, Excise Tax Exemption Statement for Contractors Within the United States (
652.242-71, Notice of Shipments (
652.242-72, Shipping Instructions (
652.242-73, Authorization and Performance (
652.243-70, Notices (
9. QUOTATION DUE DATE: Quotations are due by the date and time stated on the FedBizOpps website. Quotations must be submitted by uploading to the FedBizOpps website; no other method of quotation submission is allowed. Identify your quotation as a response to solicitation number SWHARC14Q0022.
10. AWARD TYPE: The Government will award a firm-fixed-price purchase order for the requirements identified in this RFQ. The price shall include all direct and indirect costs, overhead, general and administrative expense, profit, shipping/delivery charges, export requirements, insurance, assembly, etc. The price will not be subject to adjustment after award.
Link/URL: https://www.fbo.gov/notices/ae48ad41a705db3e0184cfaeff16b588
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 1796 |


Amendment to Combined Synopsis/Solicitation – 73– Hot Food Serving Counter
Advisor News
- Global economic growth will moderate as the labor force shrinks
- Estate planning during the great wealth transfer
- Main Street families need trusted financial guidance to navigate the new Trump Accounts
- Are the holidays a good time to have a long-term care conversation?
- Gen X unsure whether they can catch up with retirement saving
More Advisor NewsAnnuity News
- Product understanding will drive the future of insurance
- Prudential launches FlexGuard 2.0 RILA
- Lincoln Financial Introduces First Capital Group ETF Strategy for Fixed Indexed Annuities
- Iowa defends Athene pension risk transfer deal in Lockheed Martin lawsuit
- Pension buy-in sales up, PRT sales down in mixed Q3, LIMRA reports
More Annuity NewsHealth/Employee Benefits News
Life Insurance News
- Product understanding will drive the future of insurance
- Nearly Half of Americans More Stressed Heading into 2026, Allianz Life Study Finds
- New York Life Investments Expands Active ETF Lineup With Launch of NYLI MacKay Muni Allocation ETF (MMMA)
- LTC riders: More education is needed, NAIFA president says
- Best’s Market Segment Report: AM Best Maintains Stable Outlook on Malaysia’s Non-Life Insurance Segment
More Life Insurance News