Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2008 FBO #2448
DOCUMENT

63 -- Electronic Key Entry System - Department of Labor Wage Determination

Notice Date
8/7/2008
 
Notice Type
Department of Labor Wage Determination
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
F4D3C18184A001
 
Archive Date
9/6/2008
 
Point of Contact
Jennifer L Johnson,, Phone: 805-606-3033, Sean W Kennedy,, Phone: 805-606-1733
 
E-Mail Address
jennifer.johnson@vandenberg.af.mil, sean.kennedy@vandenberg.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
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 combined synopsis/solicitation is issued as a request for quote (RFQ) #F4D3C18184A001. Submit written offers. Oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) (www.bpn.gov). This procurement is being issued as a 100% Service Disabled Veteran Small Business Set-Aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2005-26 and DFARS Change Notice 20080721. North American Industrial Classification Standard (NAICS) 561621 and Size Standard of $11.5 Million apply to this procurement. STATEMENT OF WORK (SOW) ELECTRONIC KEY ENTRY SYSTEM 1.0 OBJECTIVE Objective to install and verify function of a ready key pro system (system recommended by base civil engineering). System will be installed and tested. 2.0 SCOPE Install system on two glass panel doors two interior doors, and four doors entering from hangar to administrative wing. Glass doors and interior doors will be card swipe and PIN...hangar entry card swipe only. Government will provide the following equipment to interface with the ready key system. (GFE) 1. Stand alone computer, XP operating system. 2. A tango 2 E Magnacolor card printing system for printing key cards for the system 3. A XO-9 entry system in the secure room (deployment Control Center). 3.0 SCHEDULE/SCHEDULE SLIPS System will be installed at the conclusion of awarding of contract. Slips in schedule will be coordinated with the project manager and the contracting squadron, and in writing (e-mail acceptable) 3.1 PERIOD OF PERFORMANCE To be determined and stated in contract award. 4.0 COST DATA The contractor will provide a detailed cost proposal in response to this SOW. Contractor will not accept changes to this SOW unless authorized by the Government POC in writing. Any changes involving cost must also be approved by the Contracting Officer in writing. 5.0 TECHNICAL INTERCHANGE MEETINGS/TASK MEETINGS As required by contracting and the project manager, frequency will be determined at this meeting. Additional meetings may be called by any of the aforementioned parties on an as needed basis. 6.0 FOLLOW-ON SUSTAINMENT None addressed by this Statement of Work. 7.0 LOGISTIC SPARES None requested in this statement of work 8.0 COTS DESIGN The contractor will design and implement this product using COTS (commercial off the shelf) material only. 9.0 COMPONENT IMPLEMENTATION The contractor will ensure that any and all components chosen for the final design are given due consideration for existing components. However, this paragraph shall not be construed to imply a limitation on newer technologies. 10.0 INDUSTRY STANDARDS IMPLEMENTATION The contractor will provide a recommended initial spare components list required for follow-on sustainment in the Technical Proposal. 11.0 REQUIREMENTS. This section describes the activities necessary to successfully complete the requirements of this SOW. 11.1 Recommended parts for the completion of the project follow: Bosch RKP6200-S32 Software1, 1 License Bosch RKP6200-SPID Badging element 1 EA Bosch LNL-500 Controller 1 EA Bosch LNL-1320 Two Door Controllers 5 EA Bosch LNL-ETHLAN-MICRO Device 1 EA Bosch DS160i Req To Exit Motions 8 EA Bosch D8224-P Readers 8 EA SAS Signature Series Mounting Can-1 EA Altronix AL600UL-ACM Pwr Supply-1 EA Altronix AL400ULX-FID Power Supply-1 EA SMES-H Enrollment Station 1 EA Door Contacts (For Door Status)-10 EA SCH ND80PDEU RHO 626 24V AE- 5 EA ARM 8802-EL-3624 Crash Bars (Brnz)-2 EA (for glass doors) ARM 91-0897-01 Monitor Switches-2 EA Electrified Hinges-6 EA Keedex Door Cords (Bronze)-2 EA 24 Hrs Door Violation Alarm System-1 EA HID 1386LGGMV Printable ID Cards-200 EA Milan 5 Port Switch-1 EA Sufficient Conduit Connectors and fittings for installation of system 18/2 S/S Plenum Cable-approximately 5,000' 18/4 S/S Plenum Cable- approximately 5,000' 18/6 S/S Plenum Cable- approximately 5,000' 11.1.1 No extended service contract will be included in the estimate. Standard warranty details required 11.2 Provide installation hours, labor expenses and approximate travel expense. Also provide approximate number of hours for installation testing, and training of local operators in the proposal provided.. 12.0 FORMAL TESTING System will be tested by the base civil engineering alarm shop before acceptance. 13.0 AS-BUILT DOCUMENTATION Upon project completion, the contractor will provide as-built documentation of the installed hardware/system(s). 14.0 INSTALLATION OPERATIONS 14.1 Safety and Security: In the conduct of all installation activities, the contractor will conform to all existing security and safety procedures required and/or relevant to the work being accomplished. 14.2 Clean Up & Disposition: At day's end, the contractor will remove all debris, surplus materials and equipment related to the installation effort, leaving the work area in a neat and tidy condition. 14.3 Environmental Compliance: The contractor will comply with all Federal, State, County, and Vandenberg AFB environmental laws, regulations, and policies. 15.0 GENERAL PROVISIONS. The contractor will: 15.1 Purchase, install, connect and configure all necessary equipment to ensure overall operation of the system. 15.3 Make all installation and support preparations. 15.4 Provide all necessary labor, tools, test equipment, specified materials and equipment for completion of this SOW. 15.5 House and transport all materials and supplies to the job site, as required. The contractor will be responsible to provide all necessary transportation for personnel and equipment. 15.6 Ensure that any services sub-contracted in support of this SOW, and the actions of persons working for such sub-contractors, comply with provisions in this SOW. 15.7 Allow Government representatives, on a non-interference basis, to review quality-of-work throughout the installation process and at completion of the installation for a final quality assessment. 15.8 Schedule a final project walk-through of all work completed under this SOW. 16.0 GOVERNMENT POINTS OF CONTACT The primary Government points of contact: To be disclosed at a later time. The contract will be firm fixed price with the following structure: CLIN 0001 Electronic Key Entry System 1 EA The following provisions and clauses apply to this acquisition: FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation-Commercial Items, quotes will be evaluated on best value (price and past performance) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, the offeror must include a completed copy of this provision with their proposal FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Dev. Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. The following are indicated as applicable: FAR 52.219-27 Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era FAR 52.222-50 Combating Trafficking in Persons FAR 52.232-33 Payment by Electronic Funds-Central Contractor Registration FAR 52.222-41 Service Contract Act of 1965, as Amended (Wage Determination included as a separate attachment.) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.252-2 Clauses Incorporated by reference (view clauses at): http://farsite.hill.af.mil/vffar1.htm DFARS 252.204-7004 Required Central Contractor Registration DFARS 252.212-7001 Dev. Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable To Defense Acquisitions of Commercial Items AFFARS 5352.201.9101 Ombudsman Contact: Center/MAJCOM ombudsmen, HQ AFSPC/A7K, (719) 554-5250 and e-mail: mailto:afspc.a7k@peterson.af.mil All potential offerors are reminded that compliance with Defense Federal Acquisition Regulations (DFAR) 252.204-7004, Required Central Contractor Registration (CCR), is mandatory. Lack of registration in the CCR will make an offeror ineligible for contract award. Any questions need to be submitted in writing by 4:00 pm PDT on 15 Aug 08. Answers will be posted at www.fbo.gov by 4:00 pm PDT on 18 Aug 08. Quotes must be sent to Jennifer Johnson at jennifer.johnson@vandenberg.af.mil or faxed to 805-606-5867 no later than 12:00 PM PDT on 22 Aug 08.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=76650d4660ca9b87c8ddcf1c9d7ebc4d&tab=core&_cview=1)
 
Document(s)
Department of Labor Wage Determination
 
File Name: Department of Labor Wage Determination (WD Rev. 6.doc)
Link: https://www.fbo.gov//utils/view?id=b0189d78d7a0acdcd986e86f71b30c0d
Bytes: 72.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN01633617-W 20080809/080807222009-76650d4660ca9b87c8ddcf1c9d7ebc4d (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.