Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2007 FBO #2071
SOLICITATION NOTICE

J -- Maintenance and Repair of Edicon Electronic Access Control System

Notice Date
7/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA8751-07-R-0002
 
Response Due
8/10/2007
 
Description
Capable sources are sought to perform Maintenance and Repair of Electronic Access Control Systems for the Air Force Research Laboratory, Rome Research Site (RRS). RRS is considering whether to set aside this Firm Fixed Price (FFP) acquisition for certified 8(a), HUBZone and/or Service Disabled Veteran Owned Small Business sources. This acquisition includes, but is not limited to, furnishing all labor, equipment, material and provide all tools, instruments, meters, gauges, transportation and repair parts necessary to perform monthly maintenance, inspection, adjustment, calibration, repair or replacement, necessary to keep operational all installed Edicon Electronic Access Control Systems including additions or changes to this system. Service is to include service call labor, which could be the result of lightning strikes, vandalism, accident or normal malfunction on the equipment. May also be required to install new card readers and associated Hardware at various buildings at Rome Research Site. Cost would be additional to contracted amount. In addition, the contractor shall provide 24 hour service by insuring a means of answering "Emergency Calls" for service (including overtime calls) emanating as a result of breakdown of any equipment. Emergency service will be provided not later than four (4) hours after notification for weekdays, weekends and holidays The North American Industry Classification System (NAICS) code is 561621 with a Small Business Size Standard of $11,500,000 average annual revenue. Estimated performance period will be a for a base period of 12 months and three option periods of 12 months. The Service Contract Act applies to performance of this contract. Any required amendments, letters of clarification, and other applicable documents also will be issued electronically. ALL interested sources are responsible for frequent review of this website to ensure they remain aware of any applicable documents added after the initial Request for Proposal (RFP) is issued. In accordance with FAR 19.8, 19.13, 19.14, and relevant supplements, if your firm is a certified 8(a), HUBZone and/or Service Disabled Veteran Owned Small Business and intends to submit an offer on this acquisition, please respond to the AFRL Small Business Specialist no later than Friday, 10 August 2007 at: AFRL/IFB, Attn: Ms. Janis Norelli, 26 Electronic Parkway, Rome, NY 13441-4514. HARD COPIES ONLY. Administrative questions may be referred to Mrs. Janet Sheehan at (315) 330-2001 or Mrs. Janis Norelli at (315) 330-3311. Technical questions may be referred to Mr. Robert Gulick at 315-330-4229. MINIMUM REQUIREMENTS: (a) positive statement of your intent to submit a proposal for this solicitation as a prime contractor; (b) evidence of experience within the past five years of work similar in magnitude and scope to include: total familiarity with the Apollo and Edicon systems and all software used including items/model numbers - Building Controller, BAS-1000; Card Readers, BAS-2020W; Power Supply BAS-3PMCTX; Power Supply, BAS-5PMCTX; RIM Module, BAS-1300-CONV-1; Power Supply, AAP-700; Battery Pack, BAT 100; Card Readers, RM-703; Card Readers, RM-704; Power Supply, AAP-175; Card readers, BAS 1320, (c) past performance information for work cited above to include contract numbers, project titles, dollar amounts, points of contact, and telephone numbers; (d) SBA letter of certification as applicable, (e) whether your firm is a SBA certified 8(a), HUBZone, or Service Disabled Veteran Owned Small Business concern. You must be an approved SBA firm at the time of this sources sought announcement to submit a response. For more information on the definition or requirements for these, refer to http://www.sba.gov/; and (f) You must have a minimum of SECRET clearance to perform this project. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow up information requests. Respondents will not be notified of the evaluation, however RRS will utilize the information for technical and acquisition planning. If adequate responses are not received from 8(a), HUBZone, and/or Service Disabled Veteran Owned Small Business concerns, the acquisition may be solicited as a small business set aside. The issuance date for this solicitation has yet to be determined, but is anticipated for mid August 2007 on the Federal Business Opportunities (FedBizOpps) web site at http://www.fedbizopps.gov. Contractors are reminded that should this acquisition become an 8(a) set aside, FAR 52.219-18 with DFARS 252.219-7010 Alternate A, Notification of Competition Limited to Eligible 8(a) Concerns applies. If this acquisition becomes a HUBZone set aside, FAR 52.219-3 Notice of Total HUBZone Set Aside will apply. If this acquisition becomes a Service Disabled Veteran Owned Set Aside, FAR 52.219-27 Notice of Total Service Disabled Veteran Owned Small Business Set Aside will apply. All responses must be submitted in sufficient detail for a decision to be made on a certified 8(a), HUBZone, and/or Service Disabled Veteran Owned Small Business set aside. Failure to submit all information requested may result in a small business set aside acquisition.. NOTE: IN ORDER TO RECEIVE AN AWARD FROM ANY RESULTANT SOLICITITATION, SHOULD ONE BE ISSUED, THE SUCCESSFUL OFFEROR MUST BE ACTIVELY REGISTERED IN CENTRAL CONTRACTOR REGISTRATION (CCR - http://www.ccr.gov), ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA - http://orca.bpn.gov), AND WIDE AREA WORKFLOW (WAWF - https://wawf.eb.mil).
 
Record
SN01354630-W 20070729/070727220952 (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.