SOLICITATION NOTICE
58 -- ACCESS CONTROL SYSTEMS
- Notice Date
- 6/15/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- MICC - White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
- ZIP Code
- 88002-5201
- Solicitation Number
- W9124QSCRAMBLES
- Response Due
- 6/21/2011
- Archive Date
- 8/20/2011
- Point of Contact
- Dennis Donaldson, 575-678-5453
- E-Mail Address
-
MICC - White Sands Missile Range
(dennis.g.donaldson@us.army.mil)
- 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 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 prepared in accordance with the format in Subpart 12.102 (f)(1), 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 solicitation is being issued as a Request for Quotation (RFQ). This requirement is being solicited as a 100% small business set-aside. The associated NAICS code is 561621 with a size standard of 12.5 M. The line item descriptions are as follows: Line Item 0001 Scramblesmartprox-DS47L-SSP-HID: with embedded 125 KHz proximity and 13.56MHz, ISO 14443A&B contactless smart card readers and antennae. Reads PIV II End Point, DESFire Transitional PIV, TWIC (PIV applet), FIPS 201-compliant CAC (NG, T, v2),MIFARE/DESFire card serial number (IE 56-bit CSN output), iCLASS, and HID 125KHz proximity. IncludesMATCH2 functionality. 1MATCH connector with 6" pigtail. Installs in Hirsch mounting boxes (MB2 or deeper). Use PIV II, DESFire Transitional PIV, TWIC, FIPS 201-compliant CAC,MIFARE (CSN), DESFire (CSN), iCLASS, and/or HID 125KHz cards. Line Item 0002 ScrambleSmartProx -HID - HI High intensity display version of DS47L-SSP-HID ScrambleSmartProx. Install in high ambient light environments.Installs in Hirsch mounting boxes (MB2 or deeper). UseMB5, exterior mounting box for exterior applications.-1MATCH connector with 6" pigtail. Use PIV II, DESFire Transitional PIV, TWIC, FIPS 201-compliant CAC,MIFARE (CSN), DESFire (CSN), iCLASS, and/or HID 125 KHz cards. Line item 0003 Secure Network Interface Board (SNIB2)- The SNIB2 is a second generation SNIB that uses a high performance second generation protocol - X*NET2. The SNIB2 has three ports. One is a 10/100BASE-T Ethernet port with an RJ45 connector. The second provides a multi-drop RS-485 channel. A third port, RS-232, is available in the Master SNIB2 for direct connection to a host PC (no modem) if the Ethernet port is not used. The SNIB2 incorporates XBox functionality in the Master SNIB2 that will poll the other controllers connected to the RS-485 port. The SNIB2 Master communicates to other SNIB2 using X*NET2, and to SNIB controllers using S*NET. Line item 0004 Command & Control Module - Flash-CCM-F Flash Memory based Command and Control Module (CCM) for DIGI*TRAC controllers. Ships with Version 7.2.03 or later firmware. UL Listed. This daughterboard mounts on the DIGI*TRAC motherboard. Line item 0005 Software Enrollment Station - Universal-Model#: SMES-U -Card Enrollment Station (without card reader) to enroll cards into a PC with Velocity software. Use with compatible reader heads. Includes MATCH2, ES2 Enrollment Stand, Cables and Plug-In Power Supply Line item 0006 CCM - FlashMaster Update-Model#: CCM-FMU Firmware update for the CCM - Flashmaster so the Flashmaster can flash the CCM to the latest version of CCM firmware. Requires prior purchase of Flashmaster and Digi*Trac controller. PROVISIONS/CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications, Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 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, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.233-3, Protest after Award. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004, Alternate A, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. INSTRUCTIONS TO OFFERORS: All quotes must be faxed to 575-678-5453,MICC -WS Bldg 143 Crozier Street, WSMR NM, 88002. POC for this solicitation is Mr. Dennis. Donaldson,, dennis.g.donaldson@us.army.mil. All contractors must be registered in the Central Contractor Registration, http://www.ccr.gov database prior to any contract award. Register, or renew registration, with the Online Representations and Certifications Application https://orca.bpn.gov/ as soon as possible, to expedite contract award. Wide Area Workflow https://wawf.eb.mil/ will be the method of submitting invoice after receipt of supplies or services. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA/VA/Government Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror whose quote/offer represents the best value in terms of technical (capability of item(s) offered to meet the government need), and price. Quotes must be signed, dated and submitted June 21, 2011 11:00 am, (Eastern Standard Time). LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modifications of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5f6d5e0629f8fb8bbe33e674ff7be448)
- Place of Performance
- Address: MICC - White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
- Zip Code: 88002-5201
- Zip Code: 88002-5201
- Record
- SN02473293-W 20110617/110615234628-5f6d5e0629f8fb8bbe33e674ff7be448 (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 |