MODIFICATION
63 -- Access Control Systems - Drawings
- Notice Date
- 9/23/2015
- Notice Type
- Modification/Amendment
- 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
- 10/10/2015
- 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
- N/A
- Description
- Drawings. 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) 52.222-3 - 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, 25 September 2015. Questions shall be submitted no later than 1200 PM EST, 23 September 2015. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2015-09-22 11:21:32">Sep 22, 2015 11:21 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2015-09-23 14:05:37">Sep 23, 2015 2:05 pm Track Changes ACCESS CONTROL SYSTEMS QUESTIONS AND ANSWERS SOLICITATION NUMBER F1D3565209A002 POC: SRA ALEXANDRA GRAVES Alexandra.C.Graves.mil@mail.mil Q: What is the overall size of the system? A: The system is for 60 card readers. Q: The specs call for control panel upgrades, but doesn't number the amount of control panels. How many are there? A: The C Cure 800 system serial #, 8-16064. Q: In the first change notice (9-22) the Air Force states that their are 60 card readers. Can you provide the make and model of these readers, please? A: Model # for card readers are HID R-640X-300. Q: The specs call for one (1) INN-Enroll-SQL software for PIV Validation. Is this replacing a legacy software program that has been registering CACs into the CCURE 800? A: When we get the C Cure 9000 platform, we want a PIV reader to replace the current system. Q: If this upgrade to CCURE 9000 does not require new PIV validation/enrollment software, but only an upgrade to existing PIV validation/enrollment software that may already exist as part of the CCURE 800, would the Air Force consider upgrading the existing software. A: The intent is to upgrade to the C Cure 9000 platform, with a new PIV. It is our understanding that the C Cure 800 will be supported for a little while longer. We need a full version of the C Cure 9000. Additionally, we are going to install and use the remote access control feature offered in the C Cure 9000. The C Cure 800 does not have the remote feature. Q: May alternate products be submitted if they meet the same requirements? A: Please use the C Cure (Software House) product. Q: Assuming that the software mentioned in #4 is to register PIV and CAC credentials into the CCURE 9000, what is the purpose of the 500 HID iCLASS? Would the Air Force consider a more secure credential? A: The 500 DID iCLASS cards are used for independent systems in the building. Q: The specification is silent relative to a goal for the access control upgrade. Could you provide a brief description what the JBANAF is trying to achieve by this upgrade? For instance, are you trying to achieve HSPD-12 compliance by installing a FICAM certified system to provide strong authentication at all doors? Or only a few doors? If only a few, how many doors? A: We are trying to achieve sustainability in the future and use features that the C Cure 800 does not offer.
- 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
- Zip Code: 20762
- Record
- SN03899989-W 20150925/150923235530-552bfb925013e09f637e005774592079 (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 |