Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

65 -- BADGING SYSTEM

Notice Date
9/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
F3G0BB0145A001
 
Archive Date
9/29/2010
 
Point of Contact
Mauricio Moreno, Phone: 7026528463
 
E-Mail Address
mauricio.moreno@nellis.af.mil
(mauricio.moreno@nellis.af.mil)
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. SOLICITATION #F3G0BB0145A001- BADGING SYSTEM This combined synopsis/solicitation is issued as a Request For Quotes NAICS: 334290 This combined synopsis/solicitation is being issued as 100% Small Business Set-Aside. SBA Size Standard: 750 employees Nellis AFB, Las Vegas, NV requires a contract for: Clin0001: (77each)RPK40, MultiClass Proximity & Keypad Readers iCLASS Card: 3.5 ? 4.25? (9.0 - 11.0 cm) iCLASS Key/Tag: 1.0 ? 1.5? (2.5 - 4.0 cm) HID Prox ISO Card: 2.5 ? 3.5? (6.5 - 9.0 cm) HID Prox Clamshell Card: 3.5 ? 4.0? (9.0 - 10.0 cm) HID Prox Keyfob/Tag: 1.25 ? 1.75? (3.2 - 4.5 cm) Indala Proximity ISO Card: 1.5 ? 2.0? (4.0 - 5.0 cm) Indala Proximity Clamshell Card: 1.75 ? 2.25? (4.5 - 5.5 cm) Indala Proximity Keyfob/Tag: 1.0 ? 1.25? (2.5 - 3.2 cm) 3.3? x 4.8? x 1.05? (8.4 cm x 12.2 cm x 2.7 cm) 125 kHz Proximity ? HID or Indala proximity cards, keyfobs, and tags ? AWID Credentials 13.56 MHz contactless smart cards ? ISO 15693 - read only; 2k bit (256 Byte), 16k bit (2k Byte) and 32k bit (4k Byte); serial number ? ISO 14443A - read only; MIFARE (serial number) ? ISO 14443B - read only; 2k bit (256 Byte) and 16k bit. Clin0002:(44Each) RP40, MultiClass Proximity Readers iCLASS Card: 3.5 ? 4.25? (9.0 - 11.0 cm) iCLASS Key/Tag: 1.0 - 2.0? (2.5 - 5.0 cm) HID Prox ISO Card: 2.5 ? 3.5? (6.5 - 9.0 cm) HID Prox Clamshell Card: 3.5 ? 4.0? (9.0 - 10.0 cm) HID Prox Keyfob/Tag: 1.0 ? 2.25? (2.5 - 5.5 cm) Indala Proximity ISO Card: 1.5 ? 2.0? (4.0 - 5.0 cm) Indala Proximity Clamshell Card: 1.75 ? 2.25? (4.5 - 5.5 cm) Indala Proximity Keyfob/Tag: 1.0 ? 1.75? (2.5 - 4.5 cm) 3.3? x 4.8? x.95? (8.4 cm x 12.2 cm x 2.4 cm). Clin0003:(03Each) DSX 1042PKG (2-door package) This DSX-1042PKG Intelligent 2 Door Package includes one 1040E Enclosure, one 1042 Controller, one 1040CDM Communication Distribution Module, and one 1040PDP Power Distribution Panel. Up to three additional Controllers can be added to this package. Any combination of 1042, 1043, and 1044 Controllers can be used. CLIN0004:(01Each) DSX 1048PKG (8-door package) The DSX-1048PKG Intelligent Controller is an independent processing 8 door package designed to be a cost effective building block platform that allows expansion in a scalable manner. Up to 8 doors can be controlled from 1 enclosure for an efficient space saving package. The controllers are strategically placed throughout the customer location connected together with a two twisted pair cable. Each DSX-1048 operates as a fully intelligent and independent controller that retains all data necessary for system operation in it?s own RAM. With it?s integral real-time Clock and Calendar it performs Time Zone control with Holiday overrides for inputs, outputs, and cards even when communication to the PC or other controllers is not available. CLIN0005:(02Each) DSX 1042 Controller Boards DSX-1042 Intelligent Two Door I/O Controller up to 4 per 1040E 8 Inputs, 2 Relay Outputs, 2 Open Collector Outputs, 2 Reader Ports. CLIN0006:(04Each) LANTRONIX Encrypted LAN Modules (No further info available). CLIN0007:(06Each) DSX 28V Lock Power Supply (No further info available). CLIN0008:(02Each) DSX CDM Modules (No further info available). CLIN0009:(02Each) DSX PDM Modules (No further info available). CLIN0010:(02Each) DSX 15V Reader Power Supplies. CLIN0011:(16Each) Emergency Backup Batteries. CLIN0012:(01Each) WinDSX Software Upgrade. CLIN0013:(01Each) INSTALLATION LABOR. THIS IS A BRAND NAME OR EQUAL REQUEST. All vendors proposing alternate items shall provide with their quote adequate descriptions and specifications of alternate items to substantiate the "or equal" designation. This is a firm fixed price type contract. The requirement will be solicited and evaluated under FAR 13.5 Simplified Acquisition Procedures. The following provisions and clauses (current through FAC 2005-32 effective 14 May 2009) are applicable to subject solicitation: FAR 52.204-7 - CCR, FAR 52.211-6 - Brand Name or Equal, FAR 52.212-1 - Instructions to Offerors, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Dev - Statutes/Exec Orders, FAR 52.219-1 (Alt I) - Small Business Program Representation, FAR 52.219-6 - Notice of Total Small Business Set-Aside, FAR 52.219-28 - Post-Award Small Business Program Representation, FAR 52.222-3 - Convict Labor, FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.222-41 - Service Contract Act of 1965, FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires, FAR 52.225-13 - Restrictions on Foreign Purchase, 52.232-33 - Payment by EFT - CCR, FAR 52.237-1 - Site Visit, FAR 52.247-34 - FOB Destination, FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.225-7000 - Buy America Act - Balance of Payments Program, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests, AFFARS 5353.201-9101 - Ombudsman, AFFARS 5352.242-9000 - Contractor Access to Air Force Installations IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register. IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal. Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to mauricio.moreno@nellis.af.mil no later than 14 Sept 2010, 12:00 pm EST. The anticipated award date will be by 13 Sept 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F3G0BB0145A001/listing.html)
 
Record
SN02274332-W 20100911/100909235333-d206674c273382562e2ab859bbf707ec (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.