SOLICITATION NOTICE
70 -- Flexzone
- Notice Date
- 7/31/2018
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- PO Box 27066, FORT WORTH, TX 76127
- ZIP Code
- 76127
- Solicitation Number
- Flexzone8172018
- Response Due
- 8/17/2018
- Archive Date
- 2/13/2019
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- 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. The solicitation number is Flexzone8172018 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621 with a small business size standard of $20.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-08-17 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FORT WORTH, TX 76127 The DOJ BOP Field Offices - FMC CARSWELL requires the following items, Brand Name Only (Exact Match), to the following: LI 001: G6EM0102FlexZone-60 processor in NEMA 4 aluminum enclosure. Provides up to 60 independent zones of detection. Includes mounting clamps., 5, EA; LI 002: GP0154-480480W, 48Vdc din rail Power Supply, 2, EA; LI 003: OOBA1901Comm card, multi-mode fiber optic (MMFO), G2 Silver, 3, EA; LI 004: G6FG0200FlexZone armored sensor cable with 3/8" flexible aluminum conduit. 150m (492 ft.) roll, 12, EA; LI 005: G6KT0101FlexZone cable splice kit, 12, EA; LI 006: G6KT0201FlexZone cable terminator, 4, EA; LI 007: G6KT0300FlexZone armored sensor cable condulet - protective enclosure for splices and terminators, used with armored cable. Splices and terminators sold separately., 14, EA; LI 008: 82-130020Double loop stainless steel bar tie, 6in, 18GA, 1K bundle, 7, EA; LI 009: 00SW0100, UCM Software on CD, 1, EA; LI 010: GE0444 - Interface Cable - 3 m USB Male type A to USB MALE TYPE B. For use with Universal Configuration Module software, 1, EA; LI 011: E4FG0101UltraWave transmitter and receiver pair, includes two mounting kits and four cable glands., 3, EA; LI 012: 00BA1901- Comm card, multi-mode fiber optic (MMFO), G2 Silver, 3, EA; LI 013: GP0154-050050W, 48V DC, DIN rail power supply, -10 to 70C, 10 to 90% RH, 3, EA; LI 014: 00EM1301 - Mini Silver Network Interface Unit. USB to RS422 and multi-mode fiber optic (MMFO) interfaces. DIN-rail mount., 2, EA; LI 015: S2FG0102StarNet 2 hardware & software 2-station bundle includes: -two (2) industrial small form-factor mini-tower computers, each with Windows 7 Pro installed and activated, comes with desktop mouse and keyboard. Minimum specifications: i5 processor, 8 GB memory, 2 x 500 GB disks in RAID 1 configuration, two DisplayPort video ports with HDMI adapters, GB Ethernet -StarNet 2 USB key, includes executable software, documentation, and licenses one (1) server instance and two (2) workstation instances (S2SW0102) -Network Manager software on CD (OOFG0220) -Network Manager software, StarNet 2 server software, and StarNet 2 workstation software pre-installed - SQL Standard Edition installed and licensed., 1, EA; LI 016: S2KT0200StarNet 2 site-specific database creation, includes up to 5 maps and 100 mapped control points (alarm zones and outputs). Nondiscountable. Prices for larger sites are quoted on a case-by-case basis, 1, EA; LI 017: 00EM1400UltraLink processor module. Provides 8 relay outputs and 8 dry contact inputs. Controls up to 8 UltraLink expansion modules. Accepts G2 Silver comm card. DIN-rail mount, 1, EA; LI 018: 00BA1901Comm card, multi-mode fiber optic (MMFO), G2 Silver, 1, EA; LI 019: 00EM1600UltraLink expansion module, 32 relay outputs. DIN-rail mount Includes link cable for side-by-side modules, 1, EA; LI 020: 00MA0100 - UltraLink rack-mount swing-out DIN rail, 4U, 1, EA; LI 021: GP0151 - DIN rail DC power supply for pltraLink I/O modules. 24 VDC, 40W, 85 - 264 VAC 47 - 64 Hz input, DC OK relay, 1, EA; LI 022: E7EM0201 - Wireless gate sensor module, battery-powered, gray enclosure, 3, EA; LI 023: E7FG0301 - Receiver card for wireless gate sensor, plugs into FlexZone processor header, comes with Omnidirectional whip antenna, 2, EA; LI 024: On-Site Commissioning Support Services; includes travel cost, and up to 3 days on-site post-installation commissioning support., 1, EA; LI 025: FlexZone/LM100 system design, installation planning, setup and calibration training. Up to 4 days training at Senstar San Jose., 2, EA; LI 026: G6FG0302Replacement FlexZone-60 processor card., 1, EA; LI 027: 00BA1901Comm card, multi-mode fiber optic (MMFO), G2 Silver, 2, EA; LI 028: G6FG0200FlexZone armored sensor cable with 318" flexible aluminum conduit. 150m (492 ft.) roll, 1, EA; LI 029: 82-130020Double loop stainless steel bar tie, 6in, 18GA, 1K bundle, 1, EA; LI 030: G6KT0101FlexZone cable splice kit, 2, EA; LI 031: G6KT0201FlexZone cable terminator, 1, EA; LI 032: E4FG0101UltraWave transmitter and receiver pair, includes two mounting kits and four cable glands., 1, EA; LI 033: GP0154-480 - 480W, 48Vdc din rail Power Supply, 1, EA; LI 034: 00SP2800 - Industrial small form-factor mini-tower computer with Windows 7 Pro installed and activated, comes with desktop mouse and keyboard. Minimum specifications: i5 processor, 8 GB memory, 2 x 500 GB disks in RAID 1 configuration, two DisplayPort video ports with HDMI adaptors, GB Ethernet., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DOJ BOP Field Offices - FMC CARSWELL intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOJ BOP Field Offices - FMC CARSWELL is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Deliveries will be accepted from 7:30 a.m. to 11:00 a.m. and 12:00 p.m. to 2:00 p.m. Monday through Fridays, excluding Federal Holidays. Calls regarding delivery should be made to the Food Service Warehouse Foreman, 817-782-4268. DELIVERY IS REQUIRED ON OR AFTER January 2nd, 2018 and NO LATER THAN January 15, 2018. As defined in the Federal Acquisition Regulation (FAR) 2.101, the terms offer and offeror refer to a response to a solicitation that, if accepted, would bind the submitter to perform the resultant contract. The terms bid and bidder refer to an offer submitted in response to an Invitation for Bid (IFB). The term proposal refers to an offer submitted in response to a Request for Proposal (RFP). The terms quotation, quote, and quoter refer to a non-binding submission in response to a Request for Quotation (RFQ) which is not an offer. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid/Proposal/Quotation individual pricing for all required line items in order to be considered for award (i.e., Do not use the Included in another line item function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid Submit a Question feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid/Proposal/Quotation being determined to be unacceptable. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid/Offer MUST be good for 60 calendar days after close of Buy, unless otherwise indicated. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. No partial shipments are permitted unless specifically authorized at the time of award. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). The Contracting Officer will indicate elsewhere in this Buy as to whether responses will be evaluated for award based either upon (a) price and pricing factors only (Bids/Quotes) or (b) price and other factors (Proposals/Quotes). All Bids/Proposals/Quotations must conform to the listed specifications or the Statement of Work. If award criteria are based upon (b) price and other factors, the Contracting Officer shall clearly indicate the criteria to be applied elsewhere in this Buy. In addition to providing pricing at www.FedBid.com for this solicitation, each Bidder/Offeror/Quoter must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this Buy. Submissions can be sent to clientservices@fedbid.com. For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The Bidder/Offeror/Quoter may not substitute any item/service listed on this order without prior written approval from the BOP Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this Buy. Items/services that do not conform to descriptions and part numbers found in this Buy will be rejected at the time of delivery causing a return at the contractor's expense. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may result in non-consideration of the Bid/Proposal/Quotation. This information is REQUIRED in order for a seller s Bid/Proposal/Quotation to be evaluated for award. FAR 52.211-6. In accordance with FAR 15.304(e), the evaluation factors other than cost/price, when combined, are significantly more important than cost or price; however, cost/price will contribute substantially to the selection decision.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/PPB/Flexzone8172018/listing.html)
- Place of Performance
- Address: FORT WORTH, TX 76127
- Zip Code: 76127-7003
- Zip Code: 76127-7003
- Record
- SN05013307-W 20180802/180731230915-bfcf934ec1f7b4a4e524222f0130b007 (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 |