Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2012 FBO #3891
SOLICITATION NOTICE

63 -- Upgrade External Door Entry System - HAFB Statements

Notice Date
7/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Combat Command, 49 CONS, 490 First Street, Suite 2160, Building 29, Holloman AFB, New Mexico, 88330-7908, United States
 
ZIP Code
88330-7908
 
Solicitation Number
F2ETGP2151A001
 
Archive Date
8/14/2012
 
Point of Contact
Samantha J. Delucia, Phone: 575-572-0662, Mary K Hoelscher, Phone: 575-572-7828
 
E-Mail Address
samantha.delucia@holloman.af.mil, mary.hoelscher@holloman.af.mil
(samantha.delucia@holloman.af.mil, mary.hoelscher@holloman.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Holloman AFB Statements 001, 006, 007, 009, 012. 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. The solicitation number for this procurement is F2ETGP2151A001 and this is a Request For Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This requirement is a 100% set-aside for HUBzone Small Businesses. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-58. The North American Industry Classification System (NAICS) code is 561621. The SB size standard for this code is $18.5M. CLIN0001: IDentipass Client to PremiSys PRO (2 EA) CLIN0002: IDenticard PremiSys Four Reader Controller, Large Enclosure w/lock and tamper switch (3 EA) CLIN0003: IDenticard PremiSyst two-reader board (5 EA) CLIN0004: Securitron 20/10 amp 12VDC & 24 VDC with 8 power outputs with access control relay and fire trigger (3EA) CLIN0005: Miscellaneous materials for removal of old system and replacement with new system. (i.e. Electrical metal tubing, connectors, boxes, couplers, mounting hardware, etc.) (1 EA) CLIN0006: Upgrade existing IDentipass System software to IDenticard 64 bit PremiSys Pro. Remove existing IDenticard Series 900 controllers and replace with new IDenticard PremiSys controllers. Replace existing lock power supply units with new. Contractor will export the Government's existing card holder database from the current system and import it into the new PremiSys Pro database, and verify that all the data transferred and is in the format required by the new system. Contractor will provide operational training on the new software to 3 government employees. To include New Mexico Gross Receipts Tax (NMGRT), please see HAFB007 for more details. (1 EA) Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (Jun 2008) applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. 52.202-1 Definitions 52.204-7 Central Contractor Registration 52.211-6 Brand Name or Equal 52.212-3 Offerors Representation and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation) 52.219-1 Small Business Program Representation 52.219-3 Notice of Total HUBZone Set-Aside or Sole Source Award 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts Compliance Report 52.222-25 Affirmative Action Compliance 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 52.222-50 Combating Trafficking in Persons 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-6 Drug-Free Workplace 52.223-10 Waste Reduction Program 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-1 Buy American Act -Supplies 52.225-2 Buy American Act Certificate 52.225-13 Restrictions on Certain Foreign Purchases 52.225-18 Place of Manufacture 52.227-19 Commercial Computer Software License 52.232-1 Payments 52.232-8 Discounts for Prompt Payment 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.243-1 Changes - Fixed Price, Alternate II 52.247-17 Charges 52.249-4 Termination for Convenience of the Government (Service) (Short Form) 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A Central Contractor Registration 252.211-7003 Item Identification and Valuation 252.225-7001 Buy American Act and Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.247-7023 with Alt III Transportation of Supplies by Sea 5352.201-9101 Omsbudsman Points Of Contact Contract Administrator: Samantha J. DeLucia, SrA, USAF, Phone: (575) 572-0662, FAX: 575-572-7333, e-mail samantha.delucia@holloman.af.mil Contracting officer: Mary K. Hoelscher, Civ, USAF, Phone: 575-572-0641, FAX: (575) 572-7333, e-mail mary.hoelscher@holloman.af.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Facsimile and email offers will be accepted. Response Time- Request for Quotation will be accepted at the 49th Contracting Squadron, 490 First St, Suite 2160, Holloman AFB, NM 88330 not later than 1000 (10:00 a.m.) Mountain Standard Time on 30 July 2012. All quotes must be marked with RFQ number and title. Attached: HAFB Statements
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/49CONS/F2ETGP2151A001/listing.html)
 
Place of Performance
Address: Holloman AFB, NM, Holloman AFB, New Mexico, 88330, United States
Zip Code: 88330
 
Record
SN02807055-W 20120720/120718235356-b77a3051585e68a9aae75c14790a01e1 (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.