Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
MODIFICATION

63 -- Key Management System

Notice Date
9/17/2015
 
Notice Type
Modification/Amendment
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 176TH WING/LGC, KULIS ANG BASE, 5005 RASPBERRY ROAD, BLDG 23, ANCHORAGE, Alaska, 99502-1998
 
ZIP Code
99502-1998
 
Solicitation Number
W91ZRU-15-T-0027
 
Archive Date
9/30/2015
 
Point of Contact
176 MSG Contracting, Phone: 9075510246
 
E-Mail Address
176msg.msc-missionsupportcontracting@us.af.mil
(176msg.msc-missionsupportcontracting@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, 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 requirement is a 100% small business set-aside, NAICS 334118. Please provide CAGE code/DUNS number as well as Tax Identification Number (TIN). Forward all questions to 176 MSG/MSC - Mission Support Contracting at 176msg.msc-missionsupportcontracting@us.af.mil. 0001 - (1) EA- Key Management System Salient Characteristics: - Common Access Card (CAC) access in order to track who checks out which key and when it was check out - Support 32 vehicle keys - Total width of the cabinet(s) and entry terminal can be no more than 34" - Secure entry to the cabinet(s) with CAC - RFID key tag or similar so keys can be tracked - Battery back-up power - Fail-safe key option 0002 - (1) EA - Cabinet(s) to hold additional items - CAC access in order to track who checks out items (same as CLIN 0001) - Primary location for cabinet is 34 inches wide (secondary is 84 inches wide) - Secure entry to the cabinet(s) with CAC (same as CLIN 0001) - Control terminal would be located on the left side for either location - Quantities and dimensions for items to be stored: - 4 each PVS-14 Nightvision Monocular 13"Lx8"Wx4"H - 7 each PVS-15 Nightvision Binocular 9"Lx9"Wx6"H - 3 each SAT Phone 9"Lx8"Wx4"H - 2 each Bear Spray 9"Lx3"Wx2.5"H These items and dimensions are for information only. These are items to be stored only - they do NOT need to be purchased! 0003 - (1) EA- Shipping to Anchorage AK 99506 Indicate estimated shipping after date of contract Please include shipping directly to Anchorage AK 99506. Firms that believe that they can provide similar required items must provide supporting evidence to the Contracting Officer. This announcement constitutes the only written notice. Basis for award will be the best value to the Government. In accordance with FAR 52.212-2, the Government will award a contract/purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following evaluation factors shall be used to evaluate offers: Technical (item specifications) and Price. The following provisions are incorporated by reference: FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Alt I Offeror Representations and Certificates-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, and FAR 52.212-5, Contract Terms and Conditions-Commercial Required to Implement Statutes of Executive Orders-Commercial Items. To be eligible for contract award, all contractors must be registered with the System for Award management (SAM) found at https://www.sam.gov/portal/public/SAM/. Payments for the resulting contract will be made through Wide Area Work Flow (WAWF). Contractors can register for WAWF at https://wawf.eb.mil/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA51-1/W91ZRU-15-T-0027/listing.html)
 
Place of Performance
Address: 17455 Airlifter Drive, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN03891980-W 20150919/150918000451-7cfd410d2e1a179e0099de71effd38a5 (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.