SOLICITATION NOTICE
63 -- Access Control System
- Notice Date
- 5/13/2004
- Notice Type
- Solicitation Notice
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 18 CONS, Unit 5199, Kadena AB, APO Japan, AP, 96368-5199
- ZIP Code
- 96368-5199
- Solicitation Number
- FA5270-04-QS100
- Response Due
- 5/20/2004
- Archive Date
- 6/4/2004
- Point of Contact
- Luke Widich, Contract Specialist, Phone 011-81-611-734-5019, Fax 011-81-611-734-4795, - Jason Crockett, Contracting Specialist, Phone 011-81-611-734-5842, Fax 011-81-611-734-4795,
- E-Mail Address
-
Luke.Widich@Kadena.af.mil, jason.crockett@kadena.af.mil
- Description
- This is a combined synopsis/solicitation for commercial items?Control Access System and Installation--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; quotes are being requested and a written solicitation will not be issued. Product and part numbers are available upon contractor?s request to Luke.Widich@Kadena.af.mil and will not be included in this solicitation. Kadena Air Base, Okinawa Japan, 18th Contracting Squadron, intends to solicit and award a sole source, Firm Fixed Price contract.. Sole Source applies to all line items. Provide FOB Destination pricing for the listed items. Be sure to complete FAR 52.212-3, Representations and Certifications. The provisions at FAR 52.212-1, Instructions to Offerors?Commercial; and FAR 52.212-2, Evaluation--Commercial Items, apply to this acquisition. The following clauses also apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions--Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. References can be found at www.farsite.hill.af.mil. Please refer all questions to A1C Luke Widich at Luke.Widich@Kadena.af.mil. System Overview and Description: This proposal provides and access control system for Buildings 3670 and 3534 at Kadena Air Base, as well as the pedestrian gate entering the compound. This system will be comparable to the system installed for the 353 OSS facility, and cards/card readeers will be cross-compatible. A stand-alone badging and control computer is provided for installation in the MOC. Readers are provided for 6 exterior and 1 interior door on Building 3670, 1 exterior door on building 3534, and one reader for the intry gate. The proposal includes turnkey installation of all components, and provides training for system users and administration. The command and control component of the system is built on ********* particular integrated access control and badging system. The system uses Microsoft?s small business solution package, including Windows 2000 operating system and SQL Server 2000 database. A Canon A60 digital camera, tripod and Datacard Magna Platinum series direct print PVC printer is included to provide an automated badging capability. An APC 1kW UPS is included to protect against power problems. (Please refer to the Air Force POC for any additional information.) -Nine portals will be controlled by the system, as follows: Building 3670 1. MXM Hallway Entry 2. MOC Hallway 3. Engineering Door 4. S/M Door 5. A/R Door 6. CC Door 7. EW Door (interior) Building 3534 1. Supply Door Compound Entry Gate Each of the Above portals will be equipped with a 1,200 lb electromagnetic lock, door position switch, egress PIR with emergency bypass, and Level II Prox/PIN proximity card reader. (The reader is software programmable to require level I (card only) or level II (card plus PIN) control). Contractor will install all equipment in the facility, to include conduit stub ups at each door. Plenum rated free wire will be used above the 10? level, or above drop ceilings within the facility. Trenching and buried conduit is included to the entry gate, where the pedestrian gate will be equipped with a reader. On site training will be provided for the system administrator on system programming and badging functions. The following collateral support is required for the 353 MXS: 1. Provide storage and staging place for equipment materials. 2. Provide dedicated telephone pair between building 3534 and 3670. Sales Conditions and Payment Terms: Delivery Period: Equipment and services are quoted under the terms and conditions of GSA Contract -Minimum delivery period is 90 days ARO. Parial Payments. In accordance with FAR 52.232.37 (Multiple Payment Agreements), contractor will invoice for parial payments based on accepted delivery of equipment and partial performance of services, as follows: -Payment for equipment is due net 30 days after delivery. Site personnel are responsible for conducting an inventory of equipment within 14 days of equipment arrival, or accepting contractor?s certification of inventory as listed on the packing slip. -Payment for labor services is due on a monthly billing cycle for progress made. -Payment for all remaining labor is due net 30 days from beneficial use of the system. Discount Terms: Contractor payment terms are strictly net 30 days.
- Place of Performance
- Address: 353MXS Unit 5246 BLDG 3670, APO AP
- Zip Code: 96368
- Country: USA
- Zip Code: 96368
- Record
- SN00585485-W 20040515/040513212215 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |