Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
SOLICITATION NOTICE

99 -- Digital Security Door Locks

Notice Date
8/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
423710 — Hardware Merchant Wholesalers
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-NCR, P.O. 4502, Arlington, VA, 22204-4502, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HC1027-07-R-0001
 
Response Due
9/4/2007
 
Archive Date
9/19/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as implemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation HC1027-07-R-0001 is issued as a Request for Proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. This solicitation is being issued as a small business set-aside. The North American Industry Classification System (NAICS) Code is 423710 The contractor shall furnish all equipment and materials in strict accordance with the specifications for Digital Security Door Locks for JITC, Building 57305, Fort Huachuca, Arizona. The proposed delivery schedule is 30 September 2007. The contract line item numbers (CLIN) is as follows: CLIN Supplies/Services Quantity Unit Price 0001 Digital Locks 204 Each Pricing for Digital Security Locks shall include applicable tax. The point of contact is Kent Keeter, Project Manager (PM), Facilities Branch, Business Integration Division, JITC, 520-538-1899. The Army shall provide quality assurance which is defined as actions taken by the Government to ensure it is receiving the supplies/services for which it has contracted. Quality control is the contractor?s responsibility and is defined as those actions taken by the contractor to assure the Government receives the supplies/services for which it contracts and those supplies/services meet the requirements of the contract. Preferred payment will be Wide Area Work Flow, in accordance with DFARS 252.232-7003. Project Description: This project is for the purchase of Digital Locks in the quantity of 204. Locks will replace existing security locks. Labor for actual work, will be accomplished by JITC employees and/or existing facilities support contract labor. The following is a break down of the requirement: Details: ? Heavy Duty, BHMA Grade 1 lock with UL 3 hr. fire rated cylindrical latch ? Rugged clutch mechanism insures long life & durability ? For door thicknesses of 1 5/8" to 1 7/8". ? 150 scheduled events, including 4 "quick schedules" for programming the 4 most common time schedules in one step ? 200 User Codes including: Master, Manager, Supervisor, Basic Users and one-time entry code ? WeatherPROOF performance with operational temperature range of +151?F to -31?F ? Times entry allowance from 5-15 seconds ? Greater security with "Temporary Keypad Lockout" after 3 unsuccessful code-entry attempts ? Audit Trail with Time/Date Stamp for a printable record of all electronic activity ? Real Time Clock Allows logging of events to within 1 second of accuracy ? Relay may be programmed to energize when one or more selected events occur ? 4 Time-Out functions allow a user to enable other users or unlock the lock for some time period without needing to return to the lock ? 1000 Event Log ? Easy to install. Retrofits most cylindrical locksets and digital locks ? Operates on 5AA batteries - 100,000 lock cycles before batteries need changing ? Available in standard key override and interchangeable core models accepting 6 or 7 pin cores from Arrow, Best, Falcon, or KSP. Other IC core preps available Summary: Require a heavy duty, long life, waterproof (temperature range of +150?F to -30?F), easy to install, auditable (retrievable to printout of date and time with an accuracy to the 1 to 2 second range) and schedulable digital lock. The lock must be able to retain up to 200 User codes (master, manager and basic users), a one-time access code and a temporary lockout after three (3) failure attempts. It must also have a time allowance configurable from 5 to 15 seconds. It must also be available for standard key override. It must but able to be energized when one or more selected events occur. The provisions at 52.212-1, Instruction to Offers-Commercial: Submissions must be signed, dated and received at or before the exact time specified in this solicitation. As a minimum, Offers must show the solicitation number; time specified for receipt of offers; name, address, and telephone number of the offeror; technical description of items being offered in sufficient detail to evaluate; terms of warranty; price and any discount terms; remit to address if different from mailing address; acknowledgement of solicitation amendments; past performance information, to include recent and relevant contacts for the same or similar items and other references (including contract numbers, points of contact with telephone number and other relevant information); and if the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Offers are to include a completed copy of the provisions at 52.212-3, Offers Representations and Certifications-Commercial Items, with its offer. The clause at 52.212-2, Evaluation, Commercial Items, applies to this acquisition. The evaluation criteria for this acquisition are (1) Delivery Schedule; (2) Technical (Quality, Usability/Functionality, Maintainability); (3) Past performance shall be evaluated in accordance with the procedures in FAR part 12.206; (4) Price; and (5) Warranty. The evaluation factors are of equal importance. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, including 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.225-1, 52.225-13, and 52.232-33. FAR Clauses may be obtained in full text via the Internet at: http://farsite.hill.af.mil/ or contacting Lynn E. Warner at lynn.warner@disa.mil for a copy of the solicitation document (SF 1449). The following clauses apply to this solicitation and resultant contract (1) 52.204-7, Central Contractor Registration, (2) 52.247-34, F.O.B. Destination, (3) 52.252-1, Solicitation Provisions Incorporated by Reference, (4) 52.252-2, Clauses Incorporated by Reference, (5) 252.212-7001, Conditions Required to Implement Statues or Executive Order Commercial Items. Contract Terms and Conditions Required to Implement Statutes or Execute Order Applicable to Defense Acquisition of Commercial Items, including 252.232-7003. Proposals are due by 2 SEPTEMBER 2007 not later than 3:00 p.m. (MST), to the DITCO, JITC Contract Support Branch, 2001 Brainard Road, Building 57305, ATTN: Lynn E. Warner, Fort Huachuca, AZ 85670-2798. Proposals may be submitted via FedEx or electronically to lynn.warner@disa.mil. Required Central Contractor Registration applies. Central Contractor Registration can be accessed on the Internet at: http://www.ccr.gov/. Contract Lynn E. Warner at (520) 538-4637 or E-mail lynn.warner@disa.mil for a copy of SF 1449, Solicitation/Contract/Order for Commercial Items. NOTE: THE CORRECT INFORMATION FOR THE POINT OF CONTACT IS LYNN WARNER, 520-538-4637, email lynn.warner@disa.mil DO NOT FORWARD INFORMATION TO lynn.ware@disa.mil
 
Place of Performance
Address: JITC, 2001 Brainard Road, Building 57305, Fort Huachuca, AZ
Zip Code: 85670
Country: UNITED STATES
 
Record
SN01379132-W 20070823/070822064753 (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.