MODIFICATION
70 -- Remote Access Card Reader
- Notice Date
- 9/15/2015
- Notice Type
- Modification/Amendment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
- ZIP Code
- 20210-0001
- Solicitation Number
- 15-OCIO-CIO-NAT-0461
- Archive Date
- 10/1/2015
- Point of Contact
- Rico A. Marquez, Phone: 2026937986
- E-Mail Address
-
marquez.rico.a@dol.gov
(marquez.rico.a@dol.gov)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION (I) This is a combined synopsis/solicitation for commercial services 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. (II) This solicitation document is issued as a request for proposal (RFP). Submit written proposals for RFP number DOL-15OCIOCIONAT-0461. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84 (IV) This acquisition is set aside 100% for small businesses. The associated NAICS code is 541519. The small business size standard is 150 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial services: Base year: 09/29/2015 - 09/28/2016 Options: 1001. 09/29/2016 - 09/28/2017 2001. 09/29/2017 - 09/28/2018 Base CLINS: 0001. Lenel OnGuard Server Software with Credential Center, 1 EA 0002. RP40 Multiclass Card Readers, 7EA 0003. Door Contacts, 7EA 0004. 1006 Electric Strikes, 7EA 0005. KD Faceplates, 7EA 0006. AL1012ULX Power Supply, 1EA 0007. AL1024ULX Power Supplies, 1EA 0008. Intelligent Controller, 1EA 0009. Dual Reader Interface Module, 4EA Option Year 1 CLINS: 1001. Lenel OnGuard Server Software with Credential Center, 1 EA 1002. RP40 Multiclass Card Readers, 7EA 1003. Door Contacts, 7EA 1004. 1006 Electric Strikes, 7EA 1005. KD Faceplates, 7EA 1006. AL1012ULX Power Supply, 1EA 1007. AL1024ULX Power Supplies, 1EA 1008. Intelligent Controller, 1EA 1009. Dual Reader Interface Module, 4EA Option Year 2 CLINS: 2001. Lenel OnGuard Server Software with Credential Center, 1 EA 2002. RP40 Multiclass Card Readers, 7EA 2003. Door Contacts, 7EA 2004. 1006 Electric Strikes, 7EA 2005. KD Faceplates, 7EA 2006. AL1012ULX Power Supply, 1EA 2007. AL1024ULX Power Supplies, 1EA 2008. Intelligent Controller, 1EA 2009. Dual Reader Interface Module, 4EA Date of delivery shall be within 30 days from date of award. Period of performance shall be 12 months from date of delivery. (VI) Description of requirements is as follows: A. Background Information OCIO has remote card readers deployed within the Department of Labor at 200 Constitution Avenue, NW, Washington, DC. This purchase request is to acquire a renewed annual maintenance and support agreement for the remote card readers for 7 locations within DOL. Continuous maintenance and support of OCIO's room locations is required in support of OCIO's business needs. B. Technical Objectives The objective of this acquisition is to obtain a renewed annual maintenance and support agreement SERVICES TO BE PERFORMED A. General Requirements OCIO requires that the supplier provide a renewed annual silver level preventative maintenance and support agreement for a 12 month base period of performance with two 12 month option periods. The supplier should be an authorized and certified to service the Lenel remote access card readers located within the Department of Labor Francis Perkins Building. The 7 room locations where services and needed will be disclosed at time of award. B. Specific Requirements The vendor shall provide the items as listed: QTY Part Number Description 1 LNL-IDES Lenel OnGuard Server Software with Credential Center 7 RP40 RP40 Multiclass Card Readers 7 GE1078W Door Contacts 7 HES 1006 Electric Strikes 7 HES KD Faceplates 1 Altronix AL1012ULX Power Supply 1 Altronix AL1024ULX Power Supplies 1 LNL-2220 Intelligent Controller 4 LNL-1320 Dual Reader Interface Module C. Delivery: The vendor will verify the complete order, excluding back ordered items, for accuracy before delivering in a single bulk shipment to: U.S. Department of Labor 200 Constitution Ave., NW Room: TBD Washington, DC 20210 (VII) Date(s) and place(s) of delivery and acceptance and FOB point: N/A (VIII) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (APR 2014), applies to this acquisition. (IX) The provision at FAR 52.212-2, Evaluation - Commercial Items (OCT 2014), applies to this acquisition. The following evaluation criteria shall be used to evaluate offers: (1) Technical (2) Past Performance (3) Price The lowest price technically acceptable source selection process is applicable to this acquisition. Technical proposals are being evaluated based on personnel qualification and/or educational requirements of proposed personnel. To be technically acceptable offeror must meet qualification(s) in section VI. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (MAR 2015), with its proposal. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2015), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders- Commercial Items (MAR 2015) applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (41 U.S.C. 3509)). 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-17 Nondisplacement of Qualified Workers (May 2014)(41 U.S.C 6701 (3)) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-16, Acquisition of EPEAT®- Registered Personal Computer Products (Jul 2014) (E.O.s 13423 and 13514). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-SYSTEM FOR AWARD MANAGEMENT (Jul 2013) (32.1110(a)(1)). 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). The following additional FAR clauses are applicable to this acquisition: 52.202-1 DEFINITIONS (NOV 2013) 52.203-5 COVENANT AGAINST CONTINGENT FEES (MAY 2014) 52.203-7 ANTI-KICKBACK PROCEDURES (MAY 2014) 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014) 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATIONS (DEC 2012) 52.232-1 PAYMENTS (APR 1984) 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.233-2 SERVIE OF PROTEST (SEP 2006) 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (APR 2015) (XIII) Additional contract requirements: N/A (XIV) Defense Priorities and Allocations System (DPAS): N/A (XV) Offers are due no later than 1:00 P.M. ET on Tuesday September 16, 2015. All offers must be e-mailed to the attention of Rico Marquez, Email: Marquez.Rico.A@dol.gov. (XVI) Any questions regarding this solicitation should be directed to Rico Marquez, Email: Marquez.Rico.A@dol.gov and Lesa L. Austin, Email: Austin.Lesa.L@dol.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/15-OCIO-CIO-NAT-0461/listing.html)
- Place of Performance
- Address: 200 Constitution Ave. NW, Washington, District of Columbia, 20210, United States
- Zip Code: 20210
- Zip Code: 20210
- Record
- SN03887688-W 20150917/150916001030-cff422a493fb2d8589af5c6b39c5732a (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 |