Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2006 FBO #1756
SOLICITATION NOTICE

N -- INSTALLATION OF ACCESS CONTROL SYSTEM

Notice Date
9/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
 
ZIP Code
32212-0097
 
Solicitation Number
N68836-06-0208
 
Response Due
9/27/2006
 
Archive Date
10/12/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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 ; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-06-T-0208 applies and is issued as a Request for Quotation. This procurement is set aside for small business 02. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 561621 and the business size standard is $10.5M Fleet Contracting Center, Naval Air Station Jacksonville Fl intends to purchase on a SOLE SOURCE BASIS the following line items. STATEMENT OF WORK The contactor shall install fully functional security system to replace the obsolete protection system in the Materials Engineering Division Code 497, Bldg 793 . This will' be done by a combination of installing new equipment and upgrading the existing system where possible. The contractor shall also provide a one year warranty to ensure continuous operation for one year. The upgrade shall function as the card reader type system, identical to what is currently being used at: Cecil Commerce Center and barracks BFI . Commonality of systems is desired for team access and low collective maintenance costs . The following doors will be upgraded to the security access control network system: Main Entrance - Exterior double door. it shall use the on time of day unlock/lock type system. Existing magnetic surface locks and Securitron bypass key switch will be utilized. New card reader, door contract sensors, passive infrared sensor and emergency exit button will be installed . ** East Lobby Door - Interior double door. The existing magnetic surface looks and emergency exit Mutton will be utilized . New card reader, door contract sensors, passive infrared sensor and emergency exit button will be installed. ** North Lobby Door -- interior double door. The existing magnetic surface locks will be utilized. New card reader, door contract sensors, passive infrared sensor and emergency exit button will be installed . **North East Door - Exterior single door . The .existing magnetic surface lock will be utilized . New card reader, door contract sensor, passive infrared sensor and emergency exit button will be installed . **Chemical Room - Interior single door. New card reader, door contract sensor, passive infrared sensor and Emergency exit button will be installed. **South East Door -- Exterior single door. The existing magnetic surface lock will be utilized. New card reader, Door contract sensor, passive infrared sensor and emergency exit button will be installed. ** South Door ? Exterior double door. The existing magnetic surface locks will be utilized. New card reader, door Contract sensors, passive infrared sensor and emergency exit button will be installed. ** South West Door - Exterior double door_ the existing magnetic surface locks will be utilized. New card Reader, door contract sensors, passive infrared sensor and emergency exit button will be installed **Install new APC panel (8 door panel) with appropriate power supplies and batteries will be installed. They will be located on the wail near the South, east single door. ** Installed low voltage wire/cable for the access control system networking and operation ** Modify fire alarm systems to ensure network conductivity with the new system_ ** Upgrade existing magnetic surface lock$ with associated power supplies. ** One year warranty program that shall provide service to ensure that the equipment will perform to original specifications. The maintenance agreement will include the cost of all parts, labor, and travel required to repair this equipment during the specified period. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: ?additionally, the Government will accept the contractor?s commercial warranty.? Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business setaside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company?s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3 , Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 4:00 P.M SEPT 25, 2003. Quotations must be in writing and may be faxed or mailed to the following. Attn LULA L. JONES, Fleet Contracting Center, FISC JAX BLDG, 110 Naval Station Jacksonville FL 32212. Fax 904-542-1111 Telephone 904-542-1071 e-mail lula.jones@navy.mil.
 
Place of Performance
Address: JACKSONVILLE, FL
Zip Code: 32212
Country: UNITED STATES
 
Record
SN01145533-W 20060917/060915221856 (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.