Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2006 FBO #1738
SOLICITATION NOTICE

63 -- Vindicator Access Control System

Notice Date
8/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5296
 
ZIP Code
83648-5296
 
Solicitation Number
F3F3QB6207A100-SAFEED
 
Response Due
8/31/2006
 
Archive Date
9/15/2006
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued. (ii) Request for Quote (RFQ) F3F3QB6207A100 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 and through Department of Defense Acquisition Regulation Change Notice 20060814. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 561621; Small Business Size Standard: 7382 (v) CLIN (0001) Brand name required for the following. 1 ea. part # 548-33300-10 Vindicator V5, 1 ea part # 508-33355-01 V5 ACS Software, 1 ea. part # 574-32658-02 MR-50 Door Controller, 1ea. Part # 532-33279-01 Vindicator WYSE terminal ACS Server, 1 ea. Mag Lock Locking Hardware, 2 ea part # 536-33002-01 Vindicator SIMM Modules, 1 ea. part #536-33004-01 Portal Control Module, 1 ea. 574-32743-00 Prox Reader, 1 ea. Corby Keypad or similar item that is 100% Vindicator compatible, 1 ea (Custom Part) Vindicator Power Supply, 1 ea (Custom Part) Vindicator PD-8, 1 ea. (Custom Part) Vindicator Hoffman Can, 2 ea. 536-33004-01 Vindicator SIMM Modules, 4 ea. DS-938Z BOSCH Dual Tech 360 Degree Motion or similar item that is 100% Vindicator compatible , 2 ea. 2706AS-L Sentrol Balanced Magnetic Switches or similar item that is 100% Vindicator compatible. CLIN (0002) Required that installation must be by Vindicator certified personnel. CLIN(0003) 1 year warranty on all parts and labor to include a 4 hour response time for catastrophic failures. Shipping must be FOB destination. (vi) It is required that the above commodities must be installed by 100% Vindicator certified personnel; to include an Intrusion Detection System and Access Control System valid certificate. The above Vindicator parts can not be substituted by any other parts. This requirement includes a 1 year warranty on all parts and labor and a 4 hour response time during normal duty hours from 0730hrs ? 1630hrs for catastrophic failures to include parts, software upgrades, and labor; the arrangement to transfer applicable warranties, manuals, and other documentation to the government point of contact. Access control software and hardware must have a seamless compatibility and integration with our current Vindicator Security Control System. The contractor must be able to meet the Governments response time for catastrophic failures. The contractor shall perform all testing and certification in the presence of the Government appointed point of contact. The contractor shall perform tests to ensure the ACS components function properly and that the system performs as designed to integrate with the Vindicator Security Control System. Upon system certification, the contractor shall provide all documentation illustrating system tests. The contractor shall install all required building wiring/cabling in accordance with EIA/TIA 568B and other applicable Building Industry Consulting Service International (BICSI) guidelines. (vii) FOB-Destination for delivery to: 366 CS/SCB Building 510 Mountain Home AFB, ID 83648. Delivery NLT 60 days after award. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) (ix) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (ix) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum are included. (x) The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veteran; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (THIS IS FOR INFORMATION ONLY, IT IS NOT A WAGE DETERMINATION: Employee Class Monetary Wage-Fringe Benefits: WG-10, Electronics Technician Maintenance III, $24.18/hr) FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34; F.O.B.?Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.232-7003 Electronic Submission of Payment Requests; WAWF Table; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Colonel David Glowacki, 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone:(757) 764-5371 fax:(757) 764-4400 email: david.glowaacki@langley.af.mil** (xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xii) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xiii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (xiv) The clause at FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xiv) Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xv) Numbered Notes #1 (xvi) Quotes must be emailed to Melissa Safreed at Melissa.Safreed@mountainhome.af.mil, or faxed to (208) 828-2658. Quotes are required to be received no later than 12:30 MST, August 29, 2006.
 
Place of Performance
Address: Mountain Home Air Force Base, Idaho
Zip Code: 83648
Country: UNITED STATES
 
Record
SN01127438-W 20060830/060828220646 (fbodaily.com)
 
Source
FedBizOpps 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.