Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2005 FBO #1307
MODIFICATION

63 -- PROVIDE AND INSTALL A COMPLETE OPERATIONAL CARD ACCESS ENTRY SYSTEM

Notice Date
6/23/2005
 
Notice Type
Modification
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
Reference-Number-NAAJL310500098CMM
 
Response Due
7/6/2005
 
Archive Date
7/21/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is an amendment to the combined Synopsis/Solicitation RFQ posted in the FBO on June 21, 2005 for the U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), Oxford Laboratory, Oxford, MD to provide and install a complete operational card access entry system. The Federal Information Processing Standard 201 (FIPS 201 ? Personal Identity Verification of Federal Employees and Contractors) is hereby deleted from the list of industry publications, latest edition covering this work referenced in the original announcement. The need for 200 proximity cards is also deleted from the requirements of this procurement. The following have been added to the requirements section for this procurement: The system must be scaleable and upgradeable to Smart Card technology. The proximity card reader must be compatible (able to read) 37 bit Wiegand proximity cards that will be supplied by the Government. This is a combined synopsis/solicitation for commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation for the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), Oxford Laboratory, Oxford, MD to provide and install a complete operational card access entry system. This constitutes the only Request For Quote (RFQ), written offers are being requested; and a written solicitation will not be issued. This notice is hereby issued as RFQ No. NAAJL310500098CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-04. The line item(s) will be delivered or picked up in accordance with the specifications listed below. The FAR clauses incorporated into this acquisition, located in Section B, shall be: 52.212-4 Contract Terms and Conditions ? Commercial Items (Oct. 2003), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Apr. 2005) (Sections 5, 9, 16, 17, 18, 19, 20, 26, 27, and 31), 52.232-17 Interest (Jun. 1996). The following Commerce Acquisition Regulations (CAR) clauses and provisions are also incorporated into this acquisition by reference and are also located in Section B: 1352.201-70 Contracting Officer?s Authority (Feb. 2005), 1352.201-71 Contracting Officer?s Technical Representative (COTR) (Mar. 2000), 1352.215-70 Period of Performance (Mar. 2000) {the period of performance for this contract is 60 days from date of award}, 1352.252-70 Regulatory Notice (Mar. 2000). The FAR provisions, located in Section D, that are hereby incorporated into this acquisition shall be: 52.212-1, Instruction to Offerors ? Commercial Items (Jan. 2005), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Jan 2005). The following Commerce Acquisition Regulations (CAR) clauses and provisions are also incorporated into this acquisition by reference and are located in Section D: 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (March 2000) {The Government will award a purchase order resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation results in the best value to the Government price and other factors considered. The following will be used to evaluate quotations. Technical capability. Provide sufficient information, documentation and descriptive literature that demonstrate the ability to meet or exceed the Government?s minimum requirement for the specified service. Warranty. Delivery schedule. Ability to meet or exceed the Government?s required delivery schedule. Past Performance. Provide list of contacts including phone numbers, of firms to whom the offeror has successfully provided services that are the same or equal to that described herein. Price.}, 13.215-73 Inquiries (Mar. 2000), 1352.233-71 Service of Protests (Mar. 2000), 1352.252-71 Regulatory Notice (Mar. 2000). FAR clauses and provisions are available on the Interned Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) provision is also incorporated into this acquisition and is located in section L: 1352.214-70 Pre-Bid/ Pre-Proposal Conference and Site Visit (Mar. 2000) {The Government is planning a pre-proposal conference during which potential contractors may obtain a better understanding of the work required. Offerors are strongly urged to visit this site during the conference to fully inform themselves about the location and conditions under which the work is to be performed. Offerors are encouraged to submit all questions in writing at least 3 days prior to the conference. Questions will be considered at any time prior to, or during, the conference; however, offerors will be asked to confirm verbal questions in writing. Subsequent to the conference an amendment containing an abstract of the questions and answers, and a list of attendees, will be made publicly available. In order to facilitate conference preparations it is requested that the person named in this solicitation be contacted and advised of the number of persons who will attend. Offerors are cautioned that, notwithstanding any remarks, clarifications, or responses given at the conference, all terms and conditions of the solicitation remain unchanged unless they are changed by amendment. It is the responsibility of each offeror, prior to proposing, to seek clarification of any ambiguity created by amendment of the solicitation. The conference will be held at the date, time and location stated herein.}. Full text of these CAR clauses and provisions are available upon written request by sending an email to carey.m.marlow@noaa.gov. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CRAMD, Attn: AMD/Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Offers must be received on or before 2:00 pm CDT, Wednesday, July 6, 2005. Offers may be faxed to 816-426-5067 Attn: Carey Marlow. In addition to technical information and price, offers must include the following: 1) a completed copy of the provisions contained in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 2) certification of registration in the Central Contractor Registration database; and 3) Performance references for requirements that are comparable to those stated within.. Prices shall include both the total price for each line item and grand total price. This is a firm fixed price solicitation. DESCRIPTION: Work will be performed at the NOS, Cooperative Oxford Laboratory (Oxford Lab), 904 South Morris Street, Oxford, MD 21654. The Government will provide a pre bid conference at the above stated location on June 29, 2005 from 9:00 a.m. through 12:00 p.m. prior to bid submittal deadline. All interested parties should plan on arriving at the Oxford Lab prior to 9:00 a.m. on June 29th. Walk thru will begin promptly at 9:00 a.m. If any further information is needed please contact Clifford Newton at (816) 426-7813, or on the day of the pre-bid conference at (816) 728-2597. A drawing of the area layout referenced in this announcement can be accessed at our website at the following link: http://www.casc.noaa.gov/acquisitions/Conversion/Solicitations_List.htm/ follow this link to our list of solicitations available for bid, locate the referenced action on the webpage and click to down load drawing. The following industry publications, latest edition, covering this work include: National Fire Protection Association (NFPA), NFPA ? 70, National Electric Code (NEC), Uniform Federal Accessibility Standards (UFAS), Federal Information Processing Standard 201 (FIPS 201- Personal Identity Verification of Federal Employees and Contractors), Underwriters Laboratories, Inc. (UL), and the Manufacturer?s installation, start-up, operation and maintenance manuals. The contractor shall provide the material, labor, equipment and administration to accomplish the installation of a complete operational card access entry system for the Laboratory. This work includes but is not limited to proximity cards, card readers, electric strikes or magnet locks, software, host computer and central control panel. Work will be performed per the minimum requirements shown herein. Requirements: Contractor shall provide card access system for six exterior doors in the main laboratory building of the Cooperative Oxford Laboratory as part of base bid. As a first alternate bid, add the three remaining exterior doors of the main laboratory building. As a second alternate bid, add one door each of the two modular building located approximately 100 feet to the South of the Main Laboratory. The contractor will provide a central control panel located in the Telephone Closet of the main laboratory building. The central control panel and the lock devices for Doors 1, 2, 3, and 5 should be on a circuit in the Emergency Generator Panel located in the main electrical closet. The remainder of the door operate off the nearest available electrical panel. The main entry, (Door 1), shall be maintained as handicap accessible. All exterior doors shall continue to permit emergency exiting after installation of the new security lock system. The software shall provide the flexibility to allow different cards to have access to different doors. The software must have the ability for this to be changed as required. The software shall provide a history of door access by each proximity card. Provide 200 proximity cards for the system. Submit catalog cuts for approval by the Government of: Proximity Card Reader, Proximity Cards, Access Control Panel, Host Computer, and software, Security Door Hardware prior to ordering. The work must be completed within 60 calendar days after award by the Government. The Contractor shall provide four hours training and provide Operation and Maintenance Manuals to Laboratory personnel upon completion of the installation. This Project must pass a Final Inspection by the Government at the completion of the work by the Contractor. NOTE: THE ABOVE ARE MIMUMUM REQUIREMENTS. BID FORMAT: Provide itemized pricing as follows: TOTAL Line Item #1 ? installation of a complete operational card access entry system (six exterior doors in the Main laboratory building) $_________________ Line Item # 2 ? First Alternate (Add the three remaining Exterior doors of the main laboratory building) $_________________ Line Item # 3 ? Second Alternate (Add one door each of the two Modular building located approximately 100 feet to the south of the main laboratory building.) $_________________ FOB Destination GRAND TOTAL $_________________ DOC, CASC requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505.
 
Place of Performance
Address: NATIONAL OCEAN SERVICE, COOPERATIVE OXFORD LABORATORY, 904 SOUTH MORRIS STREET, OXFORD, MD 21654
Zip Code: 21654
Country: USA
 
Record
SN00835139-W 20050625/050623220627 (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.