Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2004 FBO #1003
SOLICITATION NOTICE

59 -- card readers servers door locks software

Notice Date
6/22/2004
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Coalition Provisional Authority, Republican Presidential Compound, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
 
ZIP Code
09335
 
Solicitation Number
W914NS-04-Q-0191
 
Response Due
6/27/2004
 
Point of Contact
Ronald Hirtle, Contracting Officer, Phone 703-343-9224, Fax 703-343-9227, - Ronald Hirtle, Contracting Officer, Phone 703-343-9224, Fax 703-343-9227,
 
E-Mail Address
hirtler@orha.centcom.mil, hirtler@orha.centcom.mil
 
Description
CERP 0035 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation, W914NS-04-Q-0191, issued as a Request for Quotations (RFQ). This action is unrestricted and provides for full and open competition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-23 and DFARS Change Notice 20040513. The associated NAICS code is 221112. The Coalition Provisional Authority (CPA), Baghdad, Iraq has a requirement for Communication Equipment Line Item 0001, Datacard SP35 setup Quantity 1 lot Line Item 0002, Servers Quantity 1 lot Line Item 0003, WorkStations Quantity 1 lot Line Item 0004, UPS setup Quantity 1 lot Line Item 0005, scanners, cameras, printers Quantity 1 lot Line Item 0006 Door Lock and controllers Quantity 1 lot Line Item 0007 ID Software Quantity 1 lot Line Item 0008 Archiving Software Quantity 1 lot Line Item 0009 Networking Integration and training Quantity 1 lot . Delivery and installation shall be 30 days after award to FOB Ministry of Interior Baghdad, Iraq Detailed shipping instructions will be included with the actual award document. Description and minimum specification requirements are: OSC PROJECT DESCRIPTION & REQUIREMENT JUSTIFICATION Requirement Title: Minister of the Interior Building Physical Security Access System Proponent for the Requirement: CPATT, POC/Action Officer: 1.0 OVERVIEW. The Iraqi Minister of Interior (MOI) building in Baghdad needs an automated physical security system that allows authorized personnel access to appropriate areas of the building. Because the MOI is central to the operation of so many facets of Iraqi life, a loss of the building or a portion of the building would have catastrophic effects. Given the likelihood of increasing security threat through the elections, increased physical security and force protection are imperative. The MOI also requires archiving capability to store security documents. 2.0 REQUIRED DOCUMENTS. None cited. 3.0 REQUIREMENTS 3.1 Smart Card Printer. One (1) Datacard© model SP35 Printer with smartcard module and software for security access control Two thousand (2000) proximity cards Printer consumables for 2000 proximity cards to include Five (5) print ribbons with topcoat One hundred (100) isopropanol cleaning card kits Two (2) adhesive cleaning sleeve kits One hundred (100) cleaning pens 3.2 Servers. Two (2) DTK Cosmos 875 Servers, each with Intel i875 Chipset, 533 MHZ FSB, Five 32-bit master PCI bus slots and 8X-AGP slot, supports Intel Hyper-Threading, 2 IDE sockets to support up to 4 IDE drives, Tower Server Case, 400W Server PSU, 2.46 GHz Intel, 512 KB L2 cache, 1GB DDR Memory, ECC Registered, 73GB Ultra 160, 10K RPM ultra 160 SCSI controller, single channel 16X DVD ROM, 1.44 MB 3.5” drive, 32 MB 3D-4X-VGA card, 10/100/1000 server network connector, integrated audio, multimedia speakers, PS2 MS compatible keyboard, PS2 mouse with scroll wheel, 17” SVC color 1024x768 CRT 3.3 Workstations. Twenty five (25) DTK Cuatro workstations, each with: Intel 865 PE chipset, tower case, 250W PSU, integrated audio and multimedia speakers, 2.4 GHz Intel, 512 KB L2 cache, 256MB DDR Memory, 40GB fast ultra DMA IDE (7200 rpm) 16X DVD ROM, 1.44 FDD 3.5”, 8xAGP with 32MB 3D 4X-VGA card, 5PCI slot, 10/100 MBPS ethernet card with WOL, PS2 MS compatible keyboard, PS2 MS Mouse with scroll wheel, 15” SVG Color, 1024x768 CRT, WinXP Pro Three (3) DTK Laptop Maxforce 8080 3.4 UPS. Ten (10) MGE Pulsar Ellipse 1200 Off-line tower format One (1) GE UPS LANPRO 10KVA true on-line double conversion, single phase in, single phase out, 8 minute backup time at full load. 3.5 Scanner, digital cameras and printers. Five (1) Cannon DR 3060 Scanner Five (5) USB digital cameras Five (5) HP LaserJet 1300 printers 3.6 Door Locks and controllers Twenty Five (25) Door Lock/Exit Buttons and door termination boxes and Twenty Five (25) Proximity Card Readers Seven (7) CS Controller with power supply and Ethernet card (each controls 4 readers) One (1) Ethernet software with converter One (1) automated parking barrier with proximity card reader 3.7 ID software Five (5) copies of ID Suite Viewer software One (1) copy of ID Suite Designer software, and Employee Application Data Processing (photo ID capturing, validation, data entry) 3.8 Archiving System Software One (1) copy DocuWare 4.5 Server License 20 copies DocuWare 4.5 Full user licenses One (1) copy SQL Standard server edition + two (2) cals (15users) One (1) copy Windows 2003 server license + 2 cals (15 users) 3.9 Installation, Networking, Integration and Training Provide networking for above equipment in MOI building Provide equipment integration and startup Provide a formal training school for ten (10) personnel 3.10 Warranty. The contractor will warrant the system to perform the functions required and will provide 3 years of warranty support, to include re-training classes. The warranty will cover the software and hardware and training. The Contracting Officer will evaluate quotes on the basis of Price and Technical acceptability equally, also Past Performance and delivery Schedule will be factors of consideration.. The selection of a contractor for award will be based on the quality and specification strength in the area of the offered price and technical acceptability (offeror shall include detailed product description that highlights specifications and qualifications). Offerors are cautioned that unsupported promises to comply with the RFQ requirements will not be sufficient. Quotes must provide convincing documentary evidence in support of any conclusionary statements relating to promised performance. The past performance and delivery will be considered, although of lesser importance than the price and technical elements of the proposal. Offerors should provide references for a minimum of three other contracts and/or subcontracts for items of similar scope. Projects cited and past performance references should be recent (within the last 3 years of the date of the quote). The references should be limited to a brief description of the service provided, together with client points of contact (include email address and phone number of references). Each offeror will be evaluated on their performance under existing and prior contracts for similar services during the past three years. The Government will focus on information that demonstrates quality performance relative to the size and complexity of the procurement under consideration. The record of past performance, or the lack thereof, will be an important factor in the assessment of the risk involved in the quote. Offerors should also discuss whether they will be able to comply with the delivery requirements. In accordance with Federal Acquisition Regulation 52.216-1 Type of Contract, the Government anticipates award of a firm fixed price contract, with delivery 30 days ARO. In accordance with Federal Acquisition Regulation 52.212-2 Evaluation-- Commercial Items, offerors should submit with their quotation: (1) Price proposal which shows the proposed unit price for each line item, line item total amount, and a total offered proposal price; (2) Technical documentation featuring the salient characteristics of each line item that demonstrates they understand the specifications stated in the SOW; (3) Past Performance history with in the last three year that demonstrates the offerors ability to provide the required commercial items and meet required Delivery schedule; (4) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (MAY 2002), and Alternate I (APR 2002); (4) Contractor Duns and Bradstreet (DUNS) number; (5) Contractor Cage Code; and (6) An affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr.gov. The following provisions and clauses apply to this acquisition/solicitation: FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2000); FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or Executive Orders--Commercial Items (MAY 2002) applies to this acquisition, to include the following subparagraphs; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.222-36, Affirmative Action for Workers With Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUL 2000); FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (MAY 1999)]; FAR 52.232-36 Payment by Third Party; FAR 52.219-6 FAR 52.233-3 Protest After Award (AUG 1996; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); DFARS 252.204-7004, Required Central Contractor Registration (NOV 2001); De-Ba-athification of Iraqi Society, Coalition Provisional Authority Order Number 1, dated 16 May 2003, subject: De-Ba-athification of Iraqi Society and the corresponding implementation plan and delegations of authority can be found at http://cpa-iraq.org. All interested, responsible firms should submit quotes (Original plus One Copy of Quote and Applicable documentation IAW FAR 52.212-1) no later than 5:00 P.M. (Baghdad Time) 5 July 2004, to the following email address: cpa_contracting_act1@orha.centcom.mil, Attn: Contracting, Coalition Provisional Authority, Baghdad, Iraq and reference the RFQ solicitation number. Questions in regards to this quotation should be directed to John Mancini at email john.mancini@cpa-iq.com ; faxed quotes will NOT be accepted. Copies of above referenced clauses are available at http://www.arnet.gov/far/ . Please note that any amendments to this Solicitation shall be processed in the same manner as this Synopsis/Solicitation. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items found at http://web1.whs.osd.mil/icdhome/SFOFFORM.HTM for use in preparation of quotation for submission. Contractors must be registered in the Central Contractor Registration database (www.ccr.gov) prior to the award of any Government Contract. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-JUN-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 23-AUG-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/USA/CPAIRAQ/APOAE/W914NS-04-Q-0191/listing.html)
 
Place of Performance
Address: Baghdad Iraq
Country: IRAQ
 
Record
SN00650114-F 20040825/040823214331 (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.