Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2002 FBO #0187
SOLICITATION NOTICE

63 -- EXTENSION OF SIMPLEX ICS SECURITY SYSTEM

Notice Date
6/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
SB1341-02-Q-0518
 
Response Due
6/19/2002
 
Archive Date
7/4/2002
 
Point of Contact
Tamara Grinspon, Contract Specialist, Phone (301) 975-4390, Fax (301) 975-8884, - Tamara Grinspon, Contract Specialist, Phone (301) 975-4390, Fax (301) 975-8884,
 
E-Mail Address
tamara.grinspon@nist.gov, tamara.grinspon@nist.gov
 
Description
DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT ONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES.*****This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-07*****The associated North American Industrial Classification System (NAICS) code for this procurement is 561621, with a small business size standard of $10.5 million. This acquisition is unrestricted and all interested, responsible businesses may submit a quote.*****The National Institute of Standards and Technology (NIST) has a requirement for the Extension of its existing SIMPLEX ICS Security System, requiring parts and installation.*****All interested, responsible quoters (vendors) shall provide a quotation for the following Line Item 0001: The Contractor shall provide all materials/parts, equipment, labor, supervision and plant facilities necessary to extend a SIMPLEX-based access control system in Building 225, at the National Institute of Standards and Technology, Gaithersburg, MD campus.*****Required materials/parts shall include a quantity of fourteen (14) ProxPro Card Readers and all associated security hardware; one (1) SIMPLEX ISC Panel; and additional components for two existing ISC panels.***** The required work shall include installing HID ProxPro Readers, balanced magnetic switches, and connecting supplied request to exits (REX) with supplied electrified exits. The work shall also include connecting the security devices to new and existing SIMPLEX ISC Security Panels. A total of 14 door locations shall be secured. The Contractor shall program the existing SIMPLEX Security System for all new security devices via an approved SIMPLEX programmer.*****The Government has installed conduit and wire from the ISC locations to each door location. The Contractor shall be responsible for providing conduit and wire from the Government junction box to the installed security device.*****Note: Provision and installation of new doors with new electrified exits and request to exits is NOT required.*****Quoters shall meet ALL specification requirements for materials/parts and installation thereof, in accordance with the following documents: SPECIFICATIONS, dated 5-31-02; and four (4) Drawings, all dated 3-11-02, and numbered 225-413.tif, 225-414.tif, 225-415.tif and 225-416.tif, respectively, as stated in the RFQ attachment which is located at http://www.fedbizops.gov/ under solicitation number SB1341-02-Q-0518. NOTE: With respect to the SPECIFICATIONS document mentioned above, the term "construction" is intended to mean "project"; the term "bids" is intended to mean "quotes"; the term "contract" is intended to mean "purchase order".*****Delivery shall be FOB Destination. Provision of parts and all installation shall be completed within 60 days after receipt of order (ARO).*****A Site Visit will be held on Wednesday, June 12, 2002, at 10:00 AM. Attendees will first assemble in Building 301, in the room adjacent to the Cafeteria, and will later continue on to Building 225. Prospective quoters are strongly encouraged to attend the site visit. IMPORTANT NOTE: Due to increased security at NIST, Gaithersburg, vendors planning to attend the Site Visit must e-mail their intention to attend no later than close of business Monday, June 10, 2002, to Tamara Grinspon, at tamara.grinspon@nist.gov, providing name of company, name of each person attending, and country of citizenship. For non-U.S. citizens, the following additional information will be required: Title, Employer/Sponsor, Address, and Subject of Visit (I'll fill in the last one), so that security personnel at the gate may be informed. Vendors should come to the Visitor Registration Center at the NIST main gate (Gate A, off Bureau Drive) to pick up their Visitor's Badge. Photo Identification will be requested at the NIST entrance gate. No one will be permitted to enter the NIST campus without prior registration.****Quotations will be evaluated in accordance with Federal Acquisition Regulation (FAR) Subpart 13.106-2-Evaluation of quotations or offers. Award will be made based on vendors' (A) Technical Capability to Meet Specifications, (B) Past Experience, (C) Past Performance, and (D) Price. Technical Capability, Past Experience and Past Performance, when combined, are slightly more important than price.**Technical Capability to Meet Specifications will be evaluated by assessment of vendors' ability to understand and meet the requirement. Vendors shall clearly demonstrate full understanding of the requirements. Vendors are required to provide resumes of the proposed security device installers to work on this project. Resumes shall include current position/title and work experience with similar projects.Past Experience will be evaluated by assessment of: (i) vendors' experience with SIMPLEX NT3400 Security System: Vendors shall provide a description of experience, during the last three (3) years, installing Prox readers, magnetic switches, request to exits, SIMPLEX ISC panels and accessories, and electrified exits on a SIMPLEX NT 3400 Security System. Testing experience shall also be included. Vendors shall include project size, final project cost, major project objectives, contract duration, and installers. Names, addresses, current telephone numbers (voice and fax) for project owner point of contact shall be included. Summaries shall be limited to one (1) page per project; (ii) vendors' experience with programming SIMPLEX NT3400 Security System: Vendors shall provide a description of experience, during the last three (3) years, with SIMPLEX personnel on programming a SIMPLEX NT3400 for access control. Vendors shall provide experience details on associating issued Prox Cards with new Prox readers. The NIST system has over 4000 issued Prox Cards. Vendors shall include names, addresses, current telephone (voice or fax) for project owner point of contact. Summaries shall be limited to one (1) page per project; and (iii) vendors' experience with connecting automatic door operators and electrified exits to a new or existing security system. Past Performance will be evaluated by assessment of vendors' performance on projects similar to this one. Information will be obtained from points of contact provided by quoters/vendors, and other sources available to NIST.*****The Government anticipates awarding one purchase order resulting from this combined synopsis/solicitation to the responsible quoter/vendor whose quotation, conforming to this synopsis/solicitation, will offer the BEST VALUE to the Government, price and other factors considered.*****NOTE: Government payment terms are 30 days net; progress payments will NOT be available. This acquisition will NOT result in a construction contract. Davis-Bacon Wage Rates do NOT apply to this acquisition. The Service Contract Act does NOT apply to this acquisition.*****The following provisions applies to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; and 52.212-3, Offeror Representations and Certifications-Commercial Items.***** The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; (16) 52.222-19 Child Labor - Cooperation With Authorities And Remedies; (19)(i) 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act; (19) (iii) Alternate II of 52.225-3; (21) 52.225-13 Restriction on Certain Foreign Purchases; and (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR Clause 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements also applies to this acquisition. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.***** All quoters shall submit the following: * A. Two (2) signed Quotations, addressing Line Item 0001; * B. Two (2) copies of technical description, and product literature/manufacturer's data sheets for (i) Firestopping Material, (ii) Shielded Cable, (iii) Surface Raceway and Fittings, (iv) Balanced Magnetic Switches, (v) PROXPro Card Reader, (vi) Roll Up Door Contacts, (vii) ISC, (viii) Battery Calculations for ISC, and (ix) SIMPLEX Programmer; * C. Description of Past Experience, as described above; * D. Description of Past Performance, as described above; * E. Description of warranty; * F. One (1) copy of vendor's Liability Insurance Policy, for a minimum of $50,000; and * G. One (1) completed copy of Federal Acquisition Regulation (FAR) provision 52.212-3, Offeror Representations and Certifications-Commercial Items, which may be downloaded from www.arnet.gov .*****All offers should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, ATTENTION: Tamara Grinspon, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. Offers are due on or before June 19, 2002, 3:00 PM local time. Quoters should ensure that the RFQ number (SB1341-02-Q-0518) is visible on the outermost packaging.***** EMAIL OR FAXED OFFERS WILL NOT BE ACCEPTED.*****
 
Place of Performance
Address: National Institute of Standards and Technology, Shipping and Receiving, Building 301, 100 Bureau Drive, Gaithersburg, MD 20899-0001
 
Record
SN00088193-W 20020607/020605213934 (fbodaily.com)
 
Source
FedBizOpps.gov 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.