SOLICITATION NOTICE
54 -- Secure Half Entry Portal - ATTACHMENTS
- Notice Date
- 2/27/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, National Continuity Branch, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135, United States
- ZIP Code
- 20135
- Solicitation Number
- HSFE50-15-Q-0016
- Archive Date
- 4/4/2015
- Point of Contact
- Phyllis H. Woodward, Phone: 5405425281
- E-Mail Address
-
Phyllis.Woodward@fema.dhs.gov
(Phyllis.Woodward@fema.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- ATTACHMENT B - List of Provisions and Clauses ATTACHMENT A - Drawing 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; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is being issued as Request for Quotation (RFQ) No. HSFE50-15-Q-0016, which will result in the award of a firm fixed price award for the purchase and installation of a Boon Edam TAP 50 Secure Half Entry Portal OR EQUAL product. The secure half entry portal shall be delivered and installed at the Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Mount Weather Emergency Operations Center (MWEOC), 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006. SPECIFICATIONS: DHS, FEMA, MWEOC has a need to create an anti-piggybacking solution for an existing entryway while still maintaining ADA access compliance through the hallway. The purchase and installation of a Boon Edam TAP 50 Secure Half Entry Portal OR EQUAL product was determined to be the most efficient and economical structure for solving this problem. It will be placed over an existing door converting it into a high security entrance to create a physical barrier which will eliminate tailgating and piggybacking; thus allow only one person passage at a time. Both access and egress will be controlled through this secure portal. The fail safe for fire alarms will be to the non-secure side of the portal. The portal's monitoring/control capabilities must be fully programmable and integrate with MWEOC's current access control security monitoring system, C-Cure 9000 ACS with HID RP40 readers. The portal must maintain ADA access compliance through the hallway to the office spaces beyond. The existing hallway is 81 inches wide. After installation, the portal must be capable of allowing access to the rear of the building by sustaining a minimum of 42 inches for the passageway to the office spaces. The secure half entry portal must also include a one year warranty for labor and materials. ATTACHMENT A is a drawing of the area in which the security portal will be installed. The door marked 101A is where the security portal is needed. The total width of the hallway outside this door is 6'-9 3/4" (81-3/4"). The secure half entry portal will be installed over the existing doorway (101A) which measures 3'-4" (40") wide. It must be installed without modifying the building and still maintaining a minimum 3'-6" (42") clearance in the hall passageway to the door labeled 115A. The door in the enclosure must be able to be access controlled by badging in and stepping inside and then the door closing behind you. Once the door closes and it senses that you are alone, the door in front of you will be opened. The RFQ clauses and provisions are those in effect thru Federal Acquisition Circular 2005-78, effective 12/26/2014. The NAICS code applicable to this requirement is 238290 or 332999; small business size standards are $15 million or 750 Employees, respectively. This procurement is a small business set aside. Only one award will be issued as a result of this solicitation via the issuance of simplified acquisition/commercial item purchase order or a delivery order under a GSA Schedule contract. Please include all applicable Government discounts in your offer. FAR Provisions 52.212-1, 52.212-4 and 52.212-5 apply to this acquisition. Offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications--Commercial Items" with their response or provide this information via the System for Award Management (SAM) website, https://www.sam.gov/portal/public/SAM/. The successful offeror must provide their company DUNS number which is registered and active in the System for Award Management (SAM). A list of provisions and clauses applicable to this RFQ is provided as ATTACHMENT B. The Contractor's pricing proposal shall contain all costs for the purchase, delivery and installation of the secure half entry portal, as well as any applicable travel costs and the warranty information. FEMA is a tax exempt agency; please do not include sales tax on your quote. BASIS FOR AWARD: The Government will make award to the responsible/responsive offeror whose offer will be most advantageous to the Government based on lowest price/technically acceptable factors. In order to be found technically acceptable, the offer must address the following: • Descriptive Literature and Specifications - The Contractor must provide descriptive literature and specifications for a Boon Edam TAP 50 Secure Half Entry Portal, OR EQUAL product. If offering an OR EQUAL product, the offeror must provide evidence that the proposed product will meet the minimum needs of the Government as stated in the SPECIFICATIONS paragraph above. Descriptive literature which fails to show the proposed OR EQUAL product complies with the Government's specifications as stated above will result in the rejection of the product. • Modifications to an Existing Product - The Contractor shall provide drawings/specifications for modifying an existing product to meet the Government's requirements and space constraints as stated in the SPECIFICATIONS paragraph above. If modifications to an existing product are necessary, please address the anticipated costs, as well as any additional production or delivery time required to obtain modified repair or replacement parts. • Past Performance - The Contractor must provide the name and telephone number of a current point of contact for three references to substantiate the offeror's capabilities to provide and install their proposed secure half entry portal. QUESTIONS - Questions regarding this RFQ are to be submitted in MS Word format to Phyllis.Woodward@fema.dhs.gov by 12:00 PM on Monday, 03-09-2015. Hand deliveries and/or faxes of questions will not be accepted without prior approval. Additionally, the subject line of your email shall, at a minimum, contain the RFQ number. PROPOSAL SUBMISSION INSTRUCTIONS - The Contractor shall submit an electronic proposal via email to Phyllis.Woodward@fema.dhs.gov no later than 1:00 PM on Friday, 03-20-2015. The subject line of emails pertaining to this RFQ shall clearly reference RFQ # HSFE50-15-Q-0016. Total size of email shall not exceed 20MB due to DHS email restrictions. Hand deliveries and/or faxes of proposals will not be accepted without prior approval. Contractor proposals shall be valid for 30 calendar days after the due date for responses to this RFQ. A written notice of award or acceptance of proposal, emailed or otherwise furnished to the successful offeror(s) shall result in a binding contract without further action by either party. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation. Attachments to Combined Synopsis/Solicitation, DHS, FEMA RFQ No. HSFE50-15-Q-0016: • ATTACHMENT A - Drawing • ATTACHMENT B - List of Provisions and Clauses
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFE50-15-Q-0016/listing.html)
- Place of Performance
- Address: DHS, FEMA, MWEOC, 19844 Blue Ridge Mountain Road, Mt. Weather, Virginia, 20135-2006, United States
- Zip Code: 20135-2006
- Zip Code: 20135-2006
- Record
- SN03654019-W 20150301/150227235317-083dc52172b36308fb87b4c54da82375 (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 |