Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2004 FBO #0963
SOLICITATION NOTICE

99 -- Control Access Locks

Notice Date
4/30/2004
 
Notice Type
Solicitation Notice
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 347 CONS, 4380B Alabama Rd., Moody AFB, GA, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-04-Q-0042
 
Response Due
5/10/2004
 
Point of Contact
Kelli Justice, Contracting Apprentice, Phone 229-257-3629, Fax 229-257-4032,
 
E-Mail Address
kelli.justice@moody.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number for this procurement is FA4830-04-Q-0042 and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2001-13, Defense Acquisition Circular (DAC) 91-13 and Air Force Acquisition Circular (AFAC) 2003-0501. The solicitation is 100% small business set-aside. The North American Industry Classification System is 333999. The small business size is 500. The BID SCHEDULE shall be for Line Item 0001: Lock, Black Anodized with Satin Steel Handle and Crash Bar Exit Option, KABA-ILCO PowerLever 455X or Equal. Quantity 9 Each. Line Item 0002: Lock, Black Anodized with Satin Steel Handle, KABA-ILCO PowerLever 4550 or Equal; Quantity 13 Each. Line Item 0003: Implementation Package, including Software, Programming Key, Cables, and All Other Required Items to Run Lock Software, KABA-ILCO or Equal; Quantity 1 Each. Line Item 0004: Orange User Key/SmartKey for Use with locks provided via CLINS 0001 and 0002 for Use by Outside Agencies for Controlled Access, KABA-ILCO or Equal; Quantity 12 Each. Locks do not require additional power wiring or modification to existing doors. The locks will control access to 3,000 users and shall have a 23,000 event audit trail for control of access to Building 7196. Palm Pilot programmable with ability to restrict users based on time/day and need to certains areas. These will replace existing locks on the building and add three (3) more rooms to control access to high-value items and materials; must meet environmental requirements for local area for dust, rain, humidity, and radar emissions. Complete installation of locks and systems and training required. DELIVERY: Delivery is required within 30 calendar days after receipt of order and shall be delivered to 38 RQS, 7196B Savannah Street, Moody AFB GA 31699. Point of Contact: SSgt Jmes Davis, (229) 257-7481. FOB POINT: Destination (price must include shipping). Provision at FAR 52.212-1, Instruction to Offerors Commercial Items, applies to this acquisition. The following addenda is provided to this provision: The Request for Quotation should be submitted and shall contain the following information: SOLICITATION NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFER; NAME; ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, and ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Quote(s) shall also contain all other documentation specified herein. Signed quote(s) must indicate quantity, unit price and total amount. Offerors that fail to furnish the required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the responsive, responsible low offeror. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR registration requirements may be viewed via the internet at http://www.ccr2000.com or by calling the CCR Registration Center at 1-888-227-2423. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER. The following listed FAR clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the internet at http://farsite.hill.af.mil. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Pursuant to FAR Clause 52.212-5, the following clauses are hereby incorporated by reference: FAR 52.222-3 Convict Labor (E.O. 11755); FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759); FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3)); FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.225-3, Buy American Act-Supplies (41 U.S.C. 10); FAR 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U.S.C. 10, pub.L.103-187); FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241); FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; and FAR 52.228-5, Insurance-Work on a Government Installation. The following FAR Clauses apply if marked /X/: / X / FAR 52.214-21, Descriptive Literature, / X / FAR 52.219-6, Notice of Total Small Business Set-Aside. The Defense Priorities and Allocations System (DPAS) rating is C9E. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 347 CONTRACTING SQUADRON LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 2:00 P.M. EST ON 10 May 2004. ALL PROPOSALS SHALL BE MARKED WITH THEREQUEST FOR QUOTATION/SOLICITATION NUMBER, QUOTATION DATE & TIME, AND PROJECT TITLE ON THE OUTSIDE OF THE PROPOSAL ENVELOPE. FACSIMILE OFFERS ARE ACCEPTABLE. CONTRACTING OFFICER: SSgt Bryan Ewing. The point of contact for this solicitation is Steve Davis, (229) 257-4704, (229) 257-4032 (telefax). NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (30-APR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-JUL-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSOC/347cons/FA4830-04-Q-0042/listing.html)
 
Place of Performance
Address: 4380B ALABAMA ROAD Moody AFB, GA
Zip Code: 31699
Country: United States
 
Record
SN00621197-F 20040716/040714213616 (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.