SOLICITATION NOTICE
63 -- Upgrade Lenel IDS/Access Control System
- Notice Date
- 2/8/2007
- Notice Type
- Solicitation Notice
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-SP3100-7025-3096
- Response Due
- 2/22/2007
- 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote, solicitation number SB3100-7025-3096. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-15, Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20070122 and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and Proc Ltr. 2007-03. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil This acquisition is unrestricted. The associated North American Industry Classification System (NAICS) Code is 561621 and the small business size standard is $11,500,000. The Defense Distribution Depot San Joaquin (DDJC) located in Tracy, CA has a requirement for a contractor to provide all the necessary labor and materials required to replace the existing Lenel Intrusion Detection Server/Access Control Systems with a server that has the latest Windows operating system capacity and replace current Lenel software with updated Lenel System software. Items to be replaced include the following: 1 each Lenel On-Guard 32ES to Lenel On-Guard ADV level UPS-3264 3 each Lenel On-Guard 32ES to Lenel On-Guard ADV Lenel UPC-32ADV 1 each Lenel on-Guard IDES to Lenel On-Guard IDADV Lenel UPC-IDESIDADV 2 each Extended Storage with Sixteen Video channels Lenel DVR-408-EX-16 4 each 400GB Hard Drive for the DVC-EX Lenel DV400-SG-SATA Computer/server 1 each SQL 2005 Standard edition, core software with 5 clients Lenel S00060 Brand name justification: Lenel On-guard products are required to upgrade the existing Intrusion Detection System. Software of any other brand would not be compatible or adaptable to the current system. Any other software would require the replacement of readers, alarm panels and other items. Delivery and installation to be coordinated with DDJC Security Manager, Tracy, CA The following FAR and DFARS clauses and provisions apply to this acquisition. The full text version may be viewed at http://farsite.hill.af.mil/ FAR 52.212-1 Instructions to offerors-Commercial Items applies to this acquisition along with the followed addenda to this provision: To receive an award resulting from this solicitation, offerors MUST be registered in the DoD Central Contractor Registration (CCR) Database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov The following provision is hereby added as an addendum to FAR 52.212-1: FAR 52.212-2 Evaluation ? Commercial Items Evaluation for award shall be in accordance with FAR 13, Simplified Acquisition procedures, Subpart 13.106-2, Evaluation of Quotations or Offers. The government intends to award a Firm-Fixed price contract resulting from this notice to the responsible offeror whose offer is the lowest price which meets product requirements. FAR 52.212-3 Offeror Representations and Certifications- Commerical Items. Offeror must submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with their proposal or indicate that the registration has been completed at the ORCA website http://www.orca.bpn.gov. Failure to include this information with the price proposal may render an offeror ineligible for award. FAR 52.212-4 Contract Terms and Conditions-Commercial applies to this acquisition. The following clause is hereby added as an addendum to FAR 52.212-4: FAR 52.247-34 F.O.B. Destination FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items apply to this acquisition. The following additional FAR clauses are applicable to this requisition: FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of segregated facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.225-13 Restriction on Certain Foreign FAR 52.232-33 Payments by Electronic Funds Transfer-Central Contractor Registration FAR 52.232-36 Payment by Third Party FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels DFARS 252.212-7000 Offeror Representations and Certifications?Commercial Items applies to this acquisition. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercials Items. The following additional clauses/provisions are applicable to this requisition: DFARS 252.225-7016 Restriction on research and development DFARS 252.232-7003 Electronic Submission of Payments Requests DFARS 252.247-7023 (ALT III) Transportation of Supplies by Sea DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM). Price quotations and certifications at FAR 52.212-3 must be submitted via one of the following methods by 3:00 PM EST, 22 Feb 2007: (1) email to: Vonda.debolt@dla.mil (2) facsimile to: Vonda DeBolt, 717-770-7591 In accordance with the above date and time, failure to submit all of the above requested information may result in the proposal being eliminated from consideration for award. The Point of Contact for further information regarding this synopsis/solicitation is Vonda DeBolt, Contract Specialist, phone: 717-770-6145.
- Place of Performance
- Address: Defense Distribution San Joaquin, Supply Branch, Warehouse 3, Tracy Site, Tracy, CA
- Zip Code: 95376-5000
- Country: UNITED STATES
- Record
- SN01228194-W 20070210/070208220128 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |