Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2015 FBO #5052
SOLICITATION NOTICE

63 -- Access Control Systems - Performance Work Statement

Notice Date
9/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
F1D3565209A002
 
Archive Date
10/9/2015
 
Point of Contact
Alexandra C Graves, Phone: 2406125677, Julia A. Johnson, Phone: 240-612-5652
 
E-Mail Address
Alexandra.C.Graves.mil@mail.mil, Julia.A.Johnson6.civ@mail.mil
(Alexandra.C.Graves.mil@mail.mil, Julia.A.Johnson6.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. Solicitation number F1D3565209A002 (combining with F1D3565237A002 as a "in scope" requirement) is being issued as a Request for Proposal (RFP) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83. All responsible sources may submit an offer to be considered by the agency. 2. This requirement will be pursued as a total small business set-aside. The North American Industry Classification System (NAICS) code is 561621, and the small business size standard is $20.5M. 3. The Government will award a firm fixed price contract for the upgrade of the CCure 9000 system for access control systems. Additionally, it includes the installation of intrusion alarms and signal systems (including audible and visible warning devices-no personal alarms) and ancillary services relating to security/facility management systems. The following items/services are being procured: CLIN Description Quantity 0001 CC9000-DRU-CD S/W, CD, Data Replication Utility 1 Each 0002 CC9000-DRU-LIC License, Data Replication Utility 1 Each 0003 CC9000-KIT-SQL Ccure 9000 Software DVD, QSG, SQL 1 Each 0004 CC9000-MTG CC9000 Migration Tool Series Q 1 Each 0005 CCSM81RR10-20-30 1 Each 0006 PROSERV-AA Customer Professional Services (includes training) 3 Each 0007 RDR-7P71 Enrollment Reader 1 Each 0008 2001PPGMN, 1 class 16K/2 PRGRMMD F Gloss, B Gloss 500 Each 0009 HIB/Omnikey 5421 USB smartcard reader/writer for use with Innometriks Software 1 Each 0010 INN-ENROLL-SQL Windows based software for PIV card validation and enrollment into Infinitas ID Server or Ccure 9000 1 Each 0011 Miscellaneous Materials (EMT/Flex, Box Tampers, ETC) 1 Each 0012 Installation, Labor, Programming and Testing 1 Each 0013 Professional Security/Facility Management Services 1 Each 0014 Intrusion Alarms and Signal Systems- including audible and visible warning devices (no personal alarms) 1 Each 0015 Ancillary Services relating to Security/Facility Management Systems 1 Each 4. Delivery Information Delivery address: Joint Base Andrews, MD 20762 5. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.212-1 - Instructions to Offerors - Commercial (Jul 2013) 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ‘Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. The government may communicate with an offeror in order to clarify or verify information submitted in their offer.; 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). The following clauses are applicable: 52.204-7 - System for Award Management Registration Deviation (Jul 2013) 52.211-17 - Delivery of Excess Quantities (Sep 1989); 52.212-4 - Contract Terms and Conditions - Commercial Items (Jan 2014); 52.212-5 Contract Terms and Conditions required to implement statutes or executive orders-commercial items (DEVIATION 2013-O0019) (MAY 2015) 52.219-30 - Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Jul 2013) 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21 - Prohibition of Segregated Facilities (Feb 1999); 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997); 52.232-23 - Payment by Electronic Funds Transfer--System for Awards Management (Jul 2013); 52.233-3 - Protest After Award (Aug 1996); 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.252-2 - Clauses Incorporated by Reference (Feb 1998) 52.252-6 - Authorized Deviations in Clauses (Feb 1998) 252.204-7004 - Alternate A, System for Award Management (May 2013); 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) (DEVIATION) applies to this acquisition and specifically the following clauses under paragraph (b) are applicable; 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (June 2012); 252.232-7006 - Wide Area Workflow Payment Instructions (May 2013); 6. The contracting office address is as follows: 11th Contracting Squadron 1349 Lutman Drive Andrews AFB, MD 20762 7. All proposals must be sent via e-mail to SrA Alexandra Graves at Alexandra.C.Graves.mil@mail.mil. Proposals shall be submitted no later than 12:00 PM EST, 24 September 2015. Questions shall be submitted no later than 1200 PM EST, 23 September 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D3565209A002/listing.html)
 
Place of Performance
Address: Joint Base Andrews, Clinton, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN03895688-W 20150923/150921235114-5c6a70811ab04ba433085a4c464dfd5b (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.