SOLICITATION NOTICE
63 -- DSX CARD ACCESS CONTROL SYSTEM
- Notice Date
- 9/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- US Army ATEC Contracting Activity, ATTN: CSTE-CA, P.O. Box Y, Fort Hood, TX 76544-0770
- ZIP Code
- 76544-0770
- Solicitation Number
- W9115U10T0026
- Response Due
- 9/20/2010
- Archive Date
- 11/19/2010
- Point of Contact
- Felicia Williams, 254-288-9569
- E-Mail Address
-
US Army ATEC Contracting Activity
(felicia.d.williams@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is a combined synopsis/solicitation for commercial items in accordance with FAR Part 12.6 and FAR Part 13, 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. The NAICS for this requirement is 561621 and the small business size standard is $25.0m. This solicitation is a 100% small business set aside. Requirement is for all parts and/or items exclusively. Request for quotation to procure the following brand name or equal line items that meet the needs of the Operational Test Command, Fires Test Directorate Missile Test Division (FTD/MTD) with Government requirements of: The contractor shall provide all equipment, materials and labor necessary for the installation of DSX access control equipment for building 1658 to mitigate vulnerabilities identified in the 2009 OTC Vulnerability Assessment. The FTD/MTD building 1658 access control system will provide the following: a. Equipment: 1 each, DSX1042PKG DSX 2 Door Package w/1040E, 1042, 1040CDM 1 each, DSX-1042 DSX 2 Door Controller for connection to 1042pkg 1 each, DSXSWS320/27 DSX 110VAC to 27V 11a, 320 Watt LPS for 24v Locks 4 each, ID-PL6005 DSX Proc Point 3' Mullion Mount Reader Black 3 each, RU-831028 Rutherford Electromagnetic Lock 1500lb 3 each,IM-1270Ultratech 12 Volt 7 amp hr 5 each,7939WG-WH Surface Contact w/Screw Terminal Wide Gap 4 each,SN-PB2 Securitron request to exit button, Momentary 4 each,DS-DS150I Bosch Request to Exit PIR GY 2 each,SL-E942FC130 Electromagnetic Gate lock b. Trenching between buildings 1656 and 1658 for communication lines and total labor costs. WIRE, CONDUIT AND TRENCHING 1.3RM-725901M1YAccess Control Cable 1000' Yellow Plenum 0.515030022 Ga 4 Cond, STR CMR GREY (Box) 1CFIEVTrenching, Conduit, Boxes, Connectors, LOT All equipment installed must be compatible with the current FTD/MTD DSX access control system and must be a turnkey installation. System must meet all local codes including NFPA, Standard Building Code and Life Safety Codes. 3. Direct exchange/replacement of government owned equipment is prohibited unless it is authorized by the government. 4. The contractor shall provide certified DSX installation personnel for the installation of the new access control system. The following FAR provisions and clauses are associated with this requirement: To be considered for the award, any offers of equal products must provide descriptive documentation that will clearly evaluate and meet the salient characteristics specified in the solicitation. The offeror shall submit descriptive literature for all equal items proposed. Failure to submit descriptive literature will return quote; Offerors shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items with their quote (registered in CCR, DUNS Number, Cage Code, and Tax ID Number). The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition, clauses include: 52.222-19: Child Labor, 52.222-26: Equal Opportunity, 52.222-35: Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36: Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.232-33: Payment by Electronic Funds Transfer-Central Contractor Registration; 252.232-7003 Electronic Submission of Payment Request and Receiving Reports. The Government will award a firm fixed price purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose quote is conforming and determined to be the most advantageous to the Government based on price alone. All responsible sources may submit a quote. All quotes received by due date and time shall be considered. Award will be based on the quote that offers the best value to the Government. The contractor must be registered in Central Contractor Registration (CCR) database in order receive an award. The CCR website address is http://www.ccr.gov. The due date for receipt of quote is September 17, 2010, 12:00 PM CST. Numbered note 22 at http://cbdnet.gpo.gov/num-note.html apply. All quotes and proposals must be sent to amsca.atec@us.army.mil or fax at (254) 288-2260. Point of contact is Felicia Williams, Acquisition Management Specialist, (254) 288-9569 or felicia.d.williams@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/TECOM/DATM01/W9115U10T0026/listing.html)
- Place of Performance
- Address: US Army ATEC Contracting Activity ATTN: CSTE-CA, P.O. Box Y Fort Hood TX
- Zip Code: 76544-0770
- Zip Code: 76544-0770
- Record
- SN02285387-W 20100918/100917000321-2ebc865e8e1e502cbc9452d9b2b1d4d4 (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 |