General Buy Information
Buy #: | 1027092 | |
---|---|---|
Solicitation #: | 1027092 | |
Buy Description: | SmarTrack IUID Asset Tracking System | |
Category: | 59 -- Electrical and Electronic Equipment Components | |
Sub Category: | 5975 -- Electrical Hardware and Supplies | |
NAICS: | 335210 -- Small Electrical Appliance Manufacturing | |
SAM Contract Opportunity: | Yes | |
Set-Aside Requirement: | Small Business | |
Buyer: | MICC End User | |
End Date: | 06/05/2020 | |
End Time: | 11:00 ET | |
Seller Question Deadline: | No Seller Question Deadline Set | |
Delivery: | 30 Day(s) - Required (No. of calendar days after receipt of order (ARO) by which Buyer requires Seller to deliver) |
Line Item(s) Template - Optional
You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information. |
Line Item(s)
Item No | Description | Qty | Unit |
---|---|---|---|
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 POW’s 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 |
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 |
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- AppleAirPrint™;GoogleCloudPrint™;HPePrint;HPSmartApp;MobileApps; Mopria™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 |
004 | XL AV Cart | 13 | EA |
005 | SCR 3310 CAC READER, ISO 7816 compliant, small, ergonomic USB smart card reader with bottom side mounting holes. | 13 | EA |
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 |
007 | Microsoft Office Windows 2019 | 13 | EA |
008 | Adobe Reader | 13 | EA |
009 | Tripp Lite E550 Universal Power Source | 13 | EA |
010 | Tablet docking station Specs- Compatible with GETAC A140 Tablet | 13 | EA |
011 | Keyboard and Mouse, wireless, Microsoft | 13 | EA |
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 |
013 | Barcodes, 2D metal flex with self adhesive | 7000 | EA |
014 | 5 year warranty on all equipment, includes on site instalation (system set up and testing with customer), shipping cost included | 1 | EA |
Bidding Requirements
Instructions |
---|
In addition to providing pricing through the marketplace, Sellers have the OPTION to include certain non-pricing information as document(s) attached to their Bid, so they are received no later than the closing date and time of this Buy. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive. The attachment(s) should include the following non-pricing information:
|
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
|
The Buyer is allowing Sellers to submit bids for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Sellers MUST enter exactly what they are bidding (including make, model and description) into the blank description field in order for the bid to be considered. The Buyer will evaluate 'equal' items on the basis of information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid.
|
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
|
Buyer intends to issue award using a purchase order, delivery order, or purchase card. If utilizing a purchase card, Buyer will communicate account information to Selected Seller outside of the Marketplace.
|
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
|
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.
|
Sellers understand that the Marketplace ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.
|
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
|
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)
|
Buy Terms
Name | Description |
---|---|
Provisions | 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. |
Clauses | The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions – 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. |
SAM Registration | 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 | Shipping is FOB Destination CONUS (CONtinental U.S.). |
New Equipment | New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. |
Quote | Submitted Quotes will be valid for 45 days after the auction closing. |
Request for Quote | This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). |
FARsite | 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. |
NAICS & Size Standard | 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 | "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." |
Service Terms: | "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" |
Provision 252.209-7999 | Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. |
Provision 252.232-7006 | Wide Area WorkFlow Payment Instructions |
Clause 252.204-7012 | 252.204-7012 Safeguarding of Unclassified Controlled Technical Information |
PALLETIZATION | 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. |
Unfunded Requriement | 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. |
Basis of Award | 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 | No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an all-or-nothing basis. |
Clause 252.232-7006 | Wide Area WorkFlow Payment Instructions |
Vendor Questions | 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 - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582. |
Buy American Act | 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***** |
Shipping Information
City | State | Zip Code | |
---|---|---|---|
JBLM | WA | 98433 |
Seller Attachment(s): Optional
The attachment(s) could include the following non-pricing information: |
Buy Attachment(s)
No. | Document Name | Document Size | |
---|---|---|---|
001 | BUY_AMERICAN_ACT_Provision.docx | 13 KB |