Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2007 FBO #1993
SOLICITATION NOTICE

59 -- ELECTRONIC KEY CONTROL BOX

Notice Date
5/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
334518 — Watch, Clock, and Part Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN 15 Contracting Office;4101 S. 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA-255-07-RQ-0281
 
Response Due
5/25/2007
 
Archive Date
6/24/2007
 
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. Quotes are being requested and a written solicitation will not be issued. This solicitation RFQ is being issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11. The North American Industry Classification System (NAICS) number is 334518 and the business size standard is 500. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. This procurement is a total small business set-aside. See below for list of equipment required, OR equivalent. FAR provision at FAR 52.211-6, Brand Name or Equal, applies to this requirement. If the quote is for an equal product, specification sheets, manufacturer and part number of the item must be included in quotation. The Consolidated Mail Outpatient Pharmacy (CMOP), 5000 S. 13th Street, Leavenworth KS 66048 has a requirement for the following item(s): ITEM 1: Electronic Key Control Box. The electronic key control box shall meet the following minimum requirements: Hardware-Each key is stored in a Non-locking location allowing the system to track it, tampering of the key box shall trigger an alarm, alarm sounds when a key is overdue, 48 hour battery backup, complete accountability is one transaction and key set removal or return is a separate action, character display, audit trail reports, card access compatible, accommodate oversized keys, temporary user codes, reports via stand alone printer, PC, or modem, compatible with WINDOWS software, able to handle up to 100 keys and expandable if necessary, cabinet constructed out of 18 Gauge steel, secured cabinet with electric lock that only opens if user has access to the keys requested, mechanical key override for emergencies, alarmed cabinet for unauthorized use, built in 12 button keypad, parallel or USB port for external printer, RS-232 serial port for communicating with computer, custom configuration to accommodate oversize keys, internal card reader Interface, relay nput interface, serial server devices for PC communication through network via TCP/IP. For software requirements, this system will allow users to return keys to any open location within the cabinet accountability by time, date, and user codes, programmable to release keys within specified day(s) of week, provides an alarm for overdue keys, illegal removals, door left open, illegal entry, and invalid keys, multiple access levels, authorized users can enable an emergency release function for keys, multiple key access, able to store groups, all system functions programmable without the use of a computer, PC soft ware is WINDOWS based, stores transactions, reports can be printed on demand or on-line (real time), instant key release, allows keys to be automatically released, dual user access, keys can be setup to require two user codes to be released, departmental access, duress panic alarm, priority E-mail alerts. Allows automatic e-mails to be sent for specified alarms, key removals, and key returns. If your company has a Federal Supply Schedule, please indicate FSS number on your bid. Quantity: 1 System - UNIT PRICE _______. Delivery shall be FOB DESTINATION to the Consolidated Mail Outpatient Pharmacy (CMOP), 5000 S. 13th Street, Leavenworth KS 66048. The Contractor is responsible for all freight charges. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a contract, or contracts, resulting from this solicitation to the responsible offeror(s) based on Best Value, price and other factors considered. Multiple awards may be awarded from this solicitation. Offerors shall submit descriptive literature, technical features, and warranty provisions. Price will be evaluated to determine its fairness, completeness and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer as applicable. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: (b) 5, 14, 15,16,17,18,19, 20, 23, 24, 31, and 32, with Alt I are considered checked and apply. . The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. VAAR 852.219-70, Veteran-owned Small Business; 852.270-4, Commercial Advertising. Quotations shall include the RFQ number, the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, and point of contact, address, phone number, fax number, tax identification number, DUNS number, and size status (i.e., large business, small business, disadvantaged business or woman owned business). Upon request, the contracting officer will make their full text available. Offers are to be received at the Department of Veterans Affairs, VA Heartland Network 15 (10N15-90) Contracting Office, 4101 S. 4th St. Trafficway, Leavenworth, KS 66048. Attn.: Linda Bayer, Contracting Officer, no later than 4:00 P.M. Central daylight time on May 25, 2007. You may contact Linda Bayer, Contract Specialist at linda.bayer@va.gov or FAX 913-758-6495, or phone 913-758-6412.
 
Record
SN01291572-W 20070512/070510220656 (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.