SOLICITATION NOTICE
N -- Installation of Key Card Activated Electronic Locking System
- Notice Date
- 4/30/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018910R0066
- Response Due
- 5/17/2010
- Archive Date
- 6/1/2010
- Point of Contact
- LTJG Jeff Rigby 757-443-1732
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-10-R-0066. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-37 and DFARS Change Notice 2001019. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 561621 and this is a competitive, unrestricted action. The Fleet and Industrial Supply Center-Norfolk, VA requests responses from qualified sources capable of providing: CLIN 0001 Electronic key card activated locks, similar in type and quality to INTEGRA 5 LOCKS: P/N: DIE-WKP-626 320 EachCLIN 0002 Electronic key card activated locks with keypad, similar in type and quality to INTEGRA 5 W/KEYPAD: P/N: DIE-WOKP-626 10 EachCLIN 0003 Personalized Key Cards, similar in type and quality to KEY CARDS: P/N; DIE-CARD-EISCLIN 0004 Computer, software, encoder, programmer and cables for key card programming, similar in type and quality to ONITY COMPUTER SYSTEM: P/N: DIE-HE-INTEGRA5CLIN 0005 Installation, set-up, programming and training to include at least 2 days on personnel training on how to use the system and program the electronic key cards. Delivery [Period of performance] The base period of performance for this acquisition is for the material to be fabricated and delivered to the USS DWIGHT D. EISENHOWER's warehouse in Norfolk, VA prior to the ship return to home port in September 2010. Installation of equipment is anticipated to begin on/or after 01 October 2010 and be completed no later than 20 December 2010. The proposed contract action will contain zero options. Delivery Location is USS DWIGHT D. EISENHOWER (CVN 69) OR FOB Origin applies. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement:FAR 52.204-7, Central contractor Registry FAR 52.209-5, certification Regarding Responsibility Matters FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including,FAR 52.215-5, Facsimile ProposalsFAR 52.232-2, Service of ProtestFAR 52.252-2, Clauses Incorporated by ReferenceDFARS 252.204-7004 Alt. A, Central Contractor Registry Alt A.DFARS 252.209-7001 Disclosure of OwnershipDFARS 252.209-7004 Subcontracting w/Firms DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items includingDFARS 252.232-7010, Levies on Contract PaymentsDFARS 5252.243-9400, Authorized Changes by Contracting OfficerDFARS 5252.NS-046P, Prospective Contractor Responsibility The proposed contract is 100% set aside for small business concerns. This announcement will close at 1200 on 17 MAY 2010. Contact LTJG Jeff Rigby who can be reached by phone at 757-443-1732 or email jeff.rigby@navy.mil. [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.] [Oral communications are not acceptable in response to this notice.] All responsible sources may submit a quote which shall be considered by the agency. When evaluation factors are used include:[FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price technically acceptable low bids.FAR Part 13:This requirement will be awarded using the procedures under FAR subpart 13.5, Test Program for Certain Commercial Items of the Clinger-Cohen Act of 1996. Accordingly, a simplified/streamlined acquisition process will be used in the evaluation and award of this contract. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018910R0066/listing.html)
- Record
- SN02137293-W 20100502/100430235427-a775729dac8442ba2ce927e094e813ee (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 |