Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2008 FBO #2476
SOLICITATION NOTICE

63 -- Automated Access Control System

Notice Date
9/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort George G. Meade, ACA, Fort George G. Meade, Directorate of Contracting, 4550 Parade Field Lane, Fort George G. Meade, MD 20755-5081
 
ZIP Code
20755-5081
 
Solicitation Number
W91QF608T0093
 
Response Due
9/13/2008
 
Archive Date
11/12/2008
 
Point of Contact
Henry L Tennant Jr, 3016775173<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Quotes are requested for an automated access control system (Solicitation #W91QF6-08-T-0093). This acquisition is 100% set aside for Small Businesses. The North American Industry Classification System (NAICS) is 561621. The Government intends to award a firm-fixed price purchase order to be delivered at Ft. Meade, MD for Contact Line Items Numbers (CLINs) 0001-0019. CLIN information follows: CLIN0001 Qty 1, ACCESS IT UNIVERSAL-STANDARD Access It! First Step Four Reader 10Base-T Ethernet System; CLIN0002 Qty 1, HARDWARE18 GAUGE STEEL HARDWARE ENCLOSURE 18 gauge steel hardware enclosure 18(H)x15(W)x4(D) includes: cabinet lock, tamper switch, metal quick reference pocket, installation legend and mounting hardware pack for the access control modules; CLIN0003 Qty 1, DUAL READER INTERFACE CONTROLLER (must be on the authorized Federal Information Processing Standards (FIPS) 201 list); CLIN0004 Qty 1, SINGLE READER INTERFACE Single Reader Interface module - support for up to one magstripe or Wiegand reader includes: one door contact, one request to exit input, one door strike relay and one programmable output relay; CLIN0005 Qty 3, CAC CARD READER (must be on the authorized Federal Information Processing Standards (FIPS) 201 list); CLIN0006 Qty 1, CAC USB ENROLLMENT READER AND SOFTWARE; CLIN0007 Qty 2, ACCESS MODULES with BATTERY; CLIN0008 Qty 3, DOOR STRIKES; CLIN0009 Qty 3, DOOR CORDS; CLIN0010 Qty 6, DOOR CONTACTS; CLIN0011 Qty 3, REQUEST TO EXIT MOTION; CLIN0012 Qty 1, STRUCTURED CABLE; CLIN0013 Qty 1, CARD READER CABLE; CLIN0014 Qty 3, CUSTOM PLATES FOR CARD READER; CLIN0015 Qty 3, PEDESTAL FOR CARD READERS; CLIN0016 Qty 1, MATERIAL, CONNECTORS AND CONDUIT; CLIN0017 Qty 1, SHIPPING; CLIN0018 Qty 1, DESIGN; CLIN0019 LABOR AND INSTALLATION. Acceptance and Delivery terms are FOB destination. Period of performance is September 15, 2008 through December 30, 2008. The provisions at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The contract will be awarded to the offeror with the Low Price Technically Acceptable. The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the offer. To ensure sufficient information is available, vendors must furnish as part of their offer all descriptive material (such as illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the salient characteristics of the requirement. The Government reserves the right to make an award without discussions. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, must be provided with offers. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clauses at 52.209-6 Protecting the Governments Interest, and 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, apply to this acquisition. Additional FAR clauses cited in this clause are applicable: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), (2) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C 644) with its Alternate I (Oct 1995), (3) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)), (4) 52.219-14, Limitations on Subcontracting (DEC 1996)(15 U.S.C. 637(a)(14)), (5) 52.222-3, Convict Labor (Jun 2003) (E.O. 11755), (6) 52.222-19, Child LaborCooperation with Authorities and Remedies (Jun 2004) (E.O. 13126), (7) 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (8) 52.222-26 Equal Opportunity, (9) 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era, (10) 52.222-36 Affirmative Action For Workers with Disabilities, (11) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), (12) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), and (11) 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Nov 2003). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this acquisition. The full text of the FAR/DFARS references may be accessed electronically at this address: http://farsite.hill.af.mil. Responses to this solicitation must be signed, dated and received via electronic mail by September 13, 2008 no later than 10:30 am EST at the Mission and Installation Contracting Command, 4550 Parade Field Lane, Ft George Meade, MD 20755-5081 to the attention of henry.tennant@us.army.mil. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR online at http://www.bpn.gov/CCR. For questions concerning this solicitation contact MAJ Henry L. Tennant, Jr., Contract Specialist via email at henry.tennant@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b6d50a939f66716ee6cbd77b690092e3&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort George G. Meade Directorate of Contracting, 4550 Parade Field Lane Fort George G. Meade MD<br />
Zip Code: 20755-5081<br />
 
Record
SN01659451-W 20080906/080904221144-b6d50a939f66716ee6cbd77b690092e3 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.