Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2011 FBO #3535
SOLICITATION NOTICE

N -- KMRD ADMIN ACCESS CONTROL SYSTEM - C.5 Attachment

Notice Date
7/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Forest Service - R-10 Tongass National Forest
 
ZIP Code
00000
 
Solicitation Number
AG-0116-S-11-0138
 
Archive Date
12/31/2011
 
Point of Contact
A Kay Steffey, Phone: 907-747-4273
 
E-Mail Address
ksteffey@fs.fed.us
(ksteffey@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Door Layout Plan This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and 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 solicitation number is AG-0116-S-11-0138 and is issued as an request for quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-49. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621 with a small business size standard of $12.5. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. (1a) CLIN: _________________________________________ Base Item 001 - Provide an access control system in Ketchikan Ranger District office building with two proximity readers. See Attached Statement of Work (1b) CLIN: __________________________________________ Option Item 001 - Provide additional access control system in Ketchikan Ranger District warehouse building with two proximity readers. See Attached Statement of Work (2) Contractor shall submit detailed, written price proposals and technical data sheets, pictures, brochures, etc. for all items described. Quoted prices shall be FOB Destination Ketchikan Alaska 99901. (3) The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar sale, provided such warranty is available at no additional cost to the government. (4) Place of delivery is: USDA FOREST SERVICE, KETCHIKAN RANGER DISTRICT, 3031 N TONGASS AVE, KETCHIKAN AK 99901 Installation SHALL BE completed within 90 DAYS of notice to proceed. 452.211-70 Brand Name or Equal. (NOV 1996)(As used in this provision, the term "brand name" includes identification of products by make and model.) (a) If items called for by this solicitation have been identified by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Offers of "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the offer (see clause 452.211-71) and are determined by the Contracting Officer to meet fully the salient characteristics requirements listed in the solicitation. (b) Unless the offeror clearly indicates in its offer that it is offering an "equal" product, the offeror shall be considered as offering the brand name product(s) referenced in the solicitation. (c)(1) If the offeror proposes to furnish an "equal" product or products, the brand name(s), if any, and any other required information about the product(s) to be furnished shall be inserted in the space provided in the solicitation. The evaluation of offers and the determination as to the equality of the product(s) offered shall be the responsibility of the Government and will be based on information furnished by the offeror or identified in its offer as well as other information reasonably available to the contracting activity. Caution to offerors: The contracting activity is not responsible for locating or securing any information which is not identified in the offer and is not reasonably available to the contracting activity. Accordingly, to assure that sufficient information is available, the offeror must furnish as a part of its offer all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the contracting activity to (i) determine whether the product offered meets the salient characteristics requirement of the solicitation, and (ii) establish exactly what the offeror proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific reference to information previously furnished or to information otherwise available to the contracting activity. (2) If an offeror proposes to modify a product so as to make it conform to the requirements of the solicitation, the offer shall include (i) a clear description of such proposed modifications and (ii) clearly marked descriptive material to show the proposed modifications. (End of Provision) ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; Potential sources must obtain a DUNS number and register in the Central Contractor Registration (CCR) in order to transact business with the United States Coast Guard. Failure to obtain a DUNS number and register in the CCR may result in the delay of award or possible award to the next otherwise successful offeror. (5) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) applies to this acquisition. (6) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Feb 2010). The following clauses listed in 52.212-5 are incorporated: 2.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-1 52.225-13, 52.232-32, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. (7) The provision "52.212-2, Evaluation-Commercial Items", applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision, are as follows: i.) Technical Capability of item offered to meet the Government requirement; ii) Past Performance; iii) Price. Technical and past performance when combined are moderately more important than cost or price. The government reserves the right to evaluate technical compliance/conformance with specifications as indicated and make a best value decision. This could result in award to other than the lowest price offer. Offerors who do not meet the minimum mandatory requirements will not be considered technically acceptable and may not be considered for award. All responsible sources may submit a quotation, which if timely received shall be considered by this agency. (8) All questions regarding this solicitation shall be in writing and e-mailed to ksteffey@fs.fed.us The Government will not accept questions after 12:00PM EST on August 4, 2011. (9) QUOTES ARE DUE BY 12:00 PM EST on August 11, 2011. Quotes shall be emailed to ksteffey@fs.fed.us or faxed to (907) 747-4289. (10) This is NOT a sealed bid advertisement, and proposals will NOT be publicly opened. (11) Parties responding to this solicitation, who believe they can supply the items as outlined, may submit their offer in accordance with the following: Quotes shall be submitted on company letterhead stationary and as a minimum, offers must provide the following items: **The solicitation number; **The time specified in the solicitation for receipt of offers; **Company Name; **Company Address, Points of Contact, Phone numbers and E-mail addresses; **'Remit to' address, if different than mailing address; **Nomenclature; **Part Number; **Unit Price for each item ; **Extended Price for each item ; **FOB Destination; **Any discount provided for prompt payment; **Business Size standard and minority classification; **Commercial and Government Entity (CAGE) code; **DUNS number; **Tax ID number (TIN); **CCR registration status; **Terms of any express warranty; **A technical description of all the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; **Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. **Only new items may be utilized to meet this requirement. Statement of Work C.1 Project Scope a. Description: The project is to provide of a physical access security system for two exterior doors at the office building and two exterior doors at the warehouse. The intent of the contract is for the contractor is to furnish all labor, materials, equipment, tools, transportation, and supplies and perform all work required to complete the project in accordance with the provisions of the contract. b. Location: KMRD Administrative Site located at 3031 N. Tongass Avenue approximately 2 miles north of Ketchikan, Alaska near the Inter-Island Ferry, Alaska Marine Highway Ferry, and Ketchikan International Airport Ferry. Ketchikan is accessible by the Alaska Marine Highway system, commercial barge lines, and commercial airlines. C.2 Volume of Work a. Base Bid: Contractor is responsible for all work necessary to install a physical access security system with weatherproof exterior proximity readers for the main entry door (Office #1) and the employee entry door (Office #2) at the administrative office. Door locations are shown on the Door Layout Plan. b. Option Item: Contractor is responsible for all work necessary to expand the above physical access security system to provide weatherproof exterior proximity readers for the vehicle shop entry door (Warehouse #1) and the storage area entry door (Warehouse #2) at the warehouse. Door locations are shown on the Door Layout Plan. c. Provide a Lenel Access Control system, or approve equal. All installed hardware must be compliant with FIPS 201-1 standards and Homeland Security Presidential Directive (HSPD) 12, Policy for a Common Identification Standard for Federal Employees and Contractors, August 27, 2004. Proximity reader shall be compatible with LincPass PIV-II Compliant Badges. d. Work includes all wire, conduits if required, door hardware, and security equipment installation, terminations, database configuration, programming, commissioning, and customer training. At a minimum, materials shall include access control management software, door controller boards, proximity card readers, electric door strikes, door positions switches, request to exit devices, midspan power injector/power supply, battery backup, and 100 PIV-II compliant badges with unique individual ID numbers. e. Physical access security system hardware shall be installed in the warehouse radio shop mezzanine area. Access control management software shall be installed on up to three government supplied computers. C.3 Special Conditions a. The buildings are currently occupied. Contractor shall coordinate with CO to minimize impact to occupant and visitor access. Contractor shall minimize materials and equipment on-site and not interfere with occupants. b. Work shall be accomplished Monday through Sunday 7:00 am to 8:00 pm. C.4 Submittals a. Work Schedule: Provide a written schedule showing start and end dates. b. Provide submittals for all components of the physical access security system. C.5 Attachments Door Layout Plan - 1 sheet will be uploaded separately on this website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/116/AG-0116-S-11-0138/listing.html)
 
Place of Performance
Address: 3031 N Tongass Ave, Ketchikan, Alaska, 99901, United States
Zip Code: 99901
 
Record
SN02513284-W 20110730/110728234844-c58e2a6dbc5f5bcee6546730ae7d31e1 (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.