SOURCES SOUGHT
53 -- 7 Pin InterChangable Cores with Keys, Small Format Interface Cores (SFIC).
- Notice Date
- 6/30/2010
- Notice Type
- Sources Sought
- NAICS
- 423710
— Hardware Merchant Wholesalers
- Contracting Office
- Fort Riley DOC, 1792 12th Street, Fort Riley, KS 66442
- ZIP Code
- 66442
- Solicitation Number
- W911RX10X0002
- Response Due
- 7/14/2010
- Archive Date
- 9/12/2010
- Point of Contact
- Lesa Crockett, 785-239-5847
- E-Mail Address
-
Fort Riley DOC
(lesa.crockett@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 1. Sources Sought Synopsis: Responses to this Request for Information (RFI) are not considered offers and cannot be accepted by the Government to form a binding contract. This RFI is for market research purposes only. Respondents shall not submit any proprietary information when responding to this RFI. Respondents shall also note that the Government will not return any information submitted in response to this RFI. The Government will not be responsible for any costs incurred by respondents regarding any responses to this RFI. Respondents shall submit capability brief narratives that clearly define the firms ability to perform as stated in this RFI. The RFI is to help the Government improve their understanding of industry capabilities and identify qualified sources to provide 7 PIN InterChangable (IC) Cores with Keys, Key Blanks, and Non-bitted Cores. Warranty: The Contractor shall provide a warranty on all items stating that they are free from defects and guarantee workability for one year from date of installation into lock. Cores: 7 PIN InterChangable (IC) Core (Small Format Interface Cores (SFIC)) with 626 Finish (Silver) - 16,000 key changes available with master key system a must. IC cores can be extracted from one lock type (bored cylindrical lock, mortise lock, padlock, etc.) and installed into another without removal or disassembly of either. These cores were designed to permit an administrator to rekey without possessing particular expertise. Figure-8 shaped device that contains the main parts of a masterkey system. The IC core can be removed by a special control key and can be recombinated without disassembling the lock. Each core comes with four (4) keys. Core and key need to be stamped with identical numbers to identify which core goes to which key. Keys should operate smoothly when being inserted into core and turned. Cores will be able to be pinned using the A2 System. A bitting schedule needs to be available for all cores. Vendor can submit a list of Distributors that the cores can be purchased from. Keys: Will need to have the capability of being Restricted Keyway (patented) and to be stamped U.S. GOVT DO NOT DUPLICATE. A minimum change key per master will be no less than 16,000 keys. Keys will be able to be cut on a standard key machine. This RFI is not a Solicitation. It is market research in accordance with FAR Part 10 to determine prospective small business (SB) firms capable of providing the services described herein. It is also a tool to get feedback on 7 PIN InterChangable (IC) Cores. The NAICS code for this Sources Sought is 423710 with a size standard of 100 employees. 2. Submittal Information: Interested small business firms shall submit a brief capabilities statement demonstrating ability to perform the services specified in this RFI. The capabilities brief shall address, at a minimum, the following: (a) Company name, address and phone number, and point of contact name. If applicable a DUNS or CAGE Code. (b) Current and Past Performance corporate experiences performing efforts of similar size within the last three years, indication of whether as a prime or subcontractor, and a brief description of how the referenced contract relates to the services described herein. (c) Brochure and Specifications of Proposed Core: The Contractor shall submit to the POC with the capabilities statement a brochure of materials and/or manufacturers descriptive literature for materials proposed for the 7 PIN InterChangable (IC) Core. (d) Samples of Cores and Keys: Minimum of 5 Cores and Keys each. (e) Can provide a price list for: i.) 10 or less ii.) 11-50 iii.) 51-100 iv.) 100+ (f) Can provide a list of Distributors. (g) Warranty information. 3. The capability statements shall be sent no later than 4:00 p.m. (CST) on 06 July 2010 by mail correspondence to: MICC-DOC Fort Riley, ATTN: Lesa Crockett, Contract Specialist, 1792 12th Street, Fort Riley, KS 66442. Questions or comments regarding this RFI shall be addressed not later three (3) working days of the due date via email to lesa.crockett@us.army.mil Interested firms shall include, at the minimum, the following Company information: Company Name and location, Point-of-Contact (POC), Title, Phone number, and e-mail address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3cf378a4a5d23d1995354b63c92b5d5e)
- Place of Performance
- Address: Fort Riley DOC 1792 12th Street, Fort Riley KS
- Zip Code: 66442
- Zip Code: 66442
- Record
- SN02193234-W 20100702/100630235433-3cf378a4a5d23d1995354b63c92b5d5e (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 |