SOLICITATION NOTICE
63 -- KabA Locks and Installation - Documents
- Notice Date
- 9/25/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332510
— Hardware Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Lackland AFB - 802nd Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
- ZIP Code
- 78236-5253
- Solicitation Number
- F2M3SH2230A001
- Archive Date
- 10/12/2012
- Point of Contact
- Trevor Chambers, Phone: 2106711763
- E-Mail Address
-
trevor.chambers@us.af.mil
(trevor.chambers@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ Offers must be received no later than Thursday, 27 SEP 2012 16:00 CST 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 Quotation (RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 and DFARS change notice 20120724. The Offeror must quote on an all or none basis. Written quotes are required (oral offers will not be accepted). Submission of quotes must be in accordance with FAR 52.212-1, Instructions to Offerors, Commercial Items. The government will award a contract on the basis of the lowest priced, technically acceptable offer. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. Award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106-2. Please include CAGE Code, DUNS, Tax Identification Number, FOB Point, Discount Terms and Delivery Date to Lackland AFB, Texas. Quotes must be valid through 30 OCT 2012. This is a 100% Total Small Business Set Aside. The NAICS Code is 332510 and the size standard is 500 employees. Line items will be split and installed between two buildings on Lackland AFB. Building 1400: Install inside and exit doors immediately, must be complete NLT 14 DEC 2012. Building 1410: Outside exit doors installed now, inside locks must be complete NLT 17 FEB 12. The Items are as follows: REQUEST FOR QUOTE SOLICITATION NUMBER - F2M3SH2230A001 Please provide a quote for the line items listed below. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL COST ** This is a Brand Name Request for KABA ILCO Locks" 0001 710-II Series Mortise Locks Key Override Locks ULTR S/C Left/Right Handle Door Lock KABA Catalog: 710-3-1-B-R/L-32-A-626 188 EA 0002 710-II Series Exit Device Operator w/Detex 10 Rim KABA Catalog: 721-6-3-1-B-F-3-1-A626 16 EA 0003 7-Pin Military SFIC Cores KABA Catalog: 8714KA 188 EA 0004 FDU4-HB2-E21: Front Desk Unit (FDU) includes Solitaire 710-II cables KABA Catalog: 4 EA 0005 HIC-F0050-760H; ILCO Keycards HIC with Kaba Lion (500 per package) KABA Catalog: 2 PK 0006 FDU System Training; On site FDU Training from a KABA certified representative 1 EA 0007 Installation: Mortise Locks on Prepped Doors 180 EA 0008 Installation: Exit Device Operators 14 EA Total tiny_mce_marker________ tiny_mce_marker__________ FOB: DESTINATION ____Payment Terms: ______________Delivery Date: _____ Please provide the information below: Company Name: ___________________________ DUNS # __________________________________________________ Required Cage Code Number:_________________ Tax ID#:____________________ POC: ___________________Tel: _______________________ Fax: ______________ E-Mail Address ________________________ Quote: GSA ____ or Open Market ______. GSA Number: (NOTE: If open market quote please complete FAR 52.212-3 Offerors Representation & Certifications - Commercial Items with quote. This may be obtained from www.arnet.gov or http://farsite.hill.af.mil) Please email quotes to: trevor.chambers@us.af.mil To be eligible to receive an award resulting from this RFQ, Offerors must be registered in the DOD System for Award Management (SAM) database, no exceptions. To register, please visit http://www.sam.gov. Offerors shall electronically complete FAR 52.212-3 Offeror Representations and Certifications-Commercial Items at website http://www.sam.gov. The following clauses and provisions are applicable to this solicitation. FAR 52.204-99, System for Award Management Registration; FAR 52-211-17, Delivery of excess quantities; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items, Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business program Re-representation; FAR 52.222-19, Child Labor; FAR 52.222-26, Equal Opportunity; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-50, Trafficking in Persons; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1, Buy American Act-Supplies; FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.247-34, FOB Destination; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; DFARS 252.232-7003, Electronic Submission of Payment Requests; 52.249-8 -- Default (Fixed-Price Supply and Service); FAR 52.252-1, Solicitation Provisions Incorporated By Reference; FAR 52-252-5, Authorized Deviations in Provisions; FAR 52.252-2, Clauses Incorporated By Reference; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); AFFARS 5332.201-9101 Ombudsman. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil or www.arnet.gov. Offers must be received at the 802d Contracting Squadron/LGCBC, 1655 Selfridge Ave, Lackland AFB, TX 78236-5253. Offers may be sent electronically (preferred) or by mail. The Point of Contact for this solicitation is CPT Trevor Chambers, trevor.chambers@us.af.mil. Phone number is (210) 671-1763. Fax number is (210) 671-1433. The Contracting Officer is SSgt. Kenya Hall, kenya.hall@us.af.mil. Phone number is (210) 671-1762.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/F2M3SH2230A001/listing.html)
- Place of Performance
- Address: Building 1400/1410, Lackland AFB, Texas, 78234, United States
- Zip Code: 78234
- Zip Code: 78234
- Record
- SN02898310-W 20120927/120926003009-3975c962129f8bffbc5ab4be74782b0d (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 |