SOLICITATION NOTICE
63 -- Door Position Security Alarm System
- Notice Date
- 5/8/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Direct Reporting Units, 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
- ZIP Code
- 80840-2315
- Solicitation Number
- F05611-03-R-0025
- Response Due
- 5/22/2003
- Archive Date
- 6/6/2003
- Point of Contact
- Paulette Vaughn, Contract Specialist, Phone 719-333-9629, Fax 719-333-6608, - Frances Jenkins, Contract Specialist, Phone 719-333-4705, Fax 719-333-4404,
- E-Mail Address
-
paulette.vaughn@usafa.af.mil, frances.jenkins@usafa.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: CLASS CODE: SUBJECT: SOL: F05611-03-R0025 DUE: 22 MAY 03 2:00 pm Mountain Daylight Savings Time POC: Paulette Vaughn (719) 333-9629, or Frances Jenkins Contracting Officer (719) 333-4705 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP), solicitation number F05611-03-R002, in accordance with FAR Parts 12 and 15, and is in accordance with provisions and clauses effective in Federal Acquisition Circular (FAC) 2001-13. The North American Industry Classification System (NAICS) number is 233320, (Commercial and Institutional Building) applies to businesses with less than $28.5 million in annual receipts. The proposed acquisition is reserved for 100% small businesses. Woman-owned and disabled veteran-owned businesses are encouraged to participate by submitting quotes to the requesting authority. The USAF Academy, Colorado Springs has a requirement for a Door Position Security Alarm System (127each) with verifiable Dorado MaxNet design criteria to integrate with the proximity Lock System already in place, located in six buildings in the Cadet Area. Provide Dorado Maxnet, alarm workstation and graphic software and IMB DB2 software (8 each) and install on government provided computers. The USAF Academy requirement for the Dorado Maxnet Security System is for a performance period of 270 days from Notice to Proceed. Please provide pricing for the following line items. Line Item 0001: Install true earth magnetic contact security alarm switches on 127 doors 0001A Sijan Hall, 21 each; 0001B Vandenberg Hall, 35 each; 0001C Harmon Hall, 10 each; 0001D Aero Lab, 6 each; 0001E Fairchild Hall, 32 each; 0001F Fairchild Annex, 23 each. Line Item 0002: Set up eight computer monitor points and provide Dorado Maxnet, Alarm workstation and graphic software and IMB DB2 software on each station as well as design the graphic layout of each individual building and install on government provided computer at each of the following buildings: 0002ACommand Center, Bldg 2403; 0002B LE Desk, Bldg 8024; 0002C TWOC, Bldg 2360; 0002D Sijan Hall, Bldg 2348 Building Manager?s Office; 0002E Vandenberg Hall, Bldg 2360 Building Managers Office; 0002F Fairchild Hall, Bldg 2354, Building Managers Office; 0002G Harmon Hall, Bldg 2304, Building Managers Office; 0002H Aero Lab, Bldg 2410 Building Managers Office. Offerors not in possession of the referenced clauses may obtain them at www.arnet.gov The following clauses apply to this acquisition: FAR 52.212-1, Instruction to Offerors ? Commercial, applies to this acquisition FAR 52.212-2 Evaluation-Commercial Items. Factors to be used to evaluate offers; Offeror must be an authorized dealer, installer, maintainer for Dorado Products Inc. Proposals will be evaluated on lowest price technically acceptable selection process. In accordance with FAR 15.101-2(b)(1). To be considered technically acceptable, offerors must provide evidence that Dorado MaxNet products will be utilized for this requirement. Technically acceptable will be evaluated as compliance with solicitation requirements in a pass/fail basis. Proposals will be evaluated on the basis how well the proposed products meet the Governments requirement, past performance, and price. All evaluation factors shall be considered equal. Offeror shall include completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. 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.?Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 11,12,1,14,15,16,19,21 and 24. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the inclusion of the following 52.203-3, DFARS 252.204-7004, Required Central Contractor Registration, 252.225-7000, Buy American Act-Balance of Payments Program Certificated, 252.225-7001 and 252.243-7002, Requests for Equitable Adjustment. 52.228-15 Performance and Payment Bonds are required to be submitted 52.246-21 Warranty of Construction. Department of Labor General Decision Number CO020006 modification 8 dated 1/17/1003 applies, Wage Determination No. 94-2079 Rev (24) applies. Based on the Dorado MaxNet sole brand requirement, it is anticipated that a non-competitive sole-source award will be issued to Palmer Electric Inc. 5204 Brady Road, Colorado Springs CO 80915. Interested businesses shall include their DUNS, CAGE (Commercial and Government Entity (and Tax ID Numbers), and be CCR (Central Contractor Registration) and EFT (Electronic Funds Transfer) compliant. Offerors shall submit their proposal(original plus one copy) on corporate letterhead stationary, provide unit prices with a grand total, and supply descriptive literature such as illustrations, drawings. All responsible sources are invited to submit their proposals. Offers, which must be in writing and include a signature, are due to 10 MGS LGCA Contracting, 8110 Industrial Drive, Suite 200, USAFA CO 80840-2315). Proposals are due before 2:00 PM, 22 May 2003, Mountain Daylight Savings Time. Point of contact is the Contract Specialist, Paulette Vaughn at (719) 333-9629 or Frances Jenkins, Contracting Officer (719) 333-4705
- Place of Performance
- Address: USAF ACADEMY COLORADO
- Zip Code: 80840
- Country: USA
- Zip Code: 80840
- Record
- SN00320405-W 20030510/030508213447 (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 |