Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2016 FBO #5294
MODIFICATION

63 -- DFAS Turnstile with Metal Detector - Photos

Notice Date
5/20/2016
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 101 MSG/MSC, MAINE ANG, 105 Maineiac Avenue, Suite 510, BANGOR, Maine, 04401-3055, United States
 
ZIP Code
04401-3055
 
Solicitation Number
W912JD-16-Q-2005
 
Archive Date
7/5/2016
 
Point of Contact
Lynn M Libby, Phone: 2074047090, Jason M. Edwards, Phone: 207-404-7107
 
E-Mail Address
lynn.m.libby.mil@mail.mil, jason.m.edwards1.mil@mail.mil
(lynn.m.libby.mil@mail.mil, jason.m.edwards1.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Layout Photos Combined synopsis/solicitation 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; offers are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is W912JD-16-Q-2005 and issued as Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-87 and DFARS Change Notice (DCN) 20160325. The North American Industry Classification System is 334290. This requirement is a total small business set aside. Submission and Evaluation of Proposals: To assure timely and equitable evaluation of the proposal, offerors shall follow the instructions contained herein. Offers shall be submitted as a single electronic package to the Primary Point of Contact email address no later than the date and time identified within this notice. The offer must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The responses shall consist of: Bid Schedule, Delivery Schedule, Technical Information and FAR 52.212-3 Alt I -- Offeror Representations and Certifications -- Commercial Items. Offers shall be evaluated using the evaluation factors listed in FAR 52.212-2 below. Bid Schedule OF SUPPLIES: CLIN 0001 - Tiffany T80-S Turnstile or Equal QTY: 1 EA • Full Height Turnstile with Clockwise Rotation. • Exterior Height 91 inches • Interior height 84 inches • Maximum Width 66 1/8 Inches • Minimum Width 65 Inches • Minimal Pedestrian Clearance 30 Inches • Control head must accommodate the use of a government furnished card access reader CLIN 0002 - CEIA USA: Multi-zone Very High Sensitivity Walk-Through Metal Detector or Equal QTY: 1 EA • Must be a Multi-zone metal detector • Fully compliant with the NIJ 0601.02 Standard: • Acoustic Alarm Signaling capable of 10 continuous and Pulsed Tones • Acoustical Sounds programmable from 0 up to 90 dBA at 1 m • Password and hardware key access protection • Embedded battery back-up and charger • Integrated web-server & logger w/Ethernet and USB interface • Anti-Vandalism, Anti-Tampering Protection • Training for up to 10 personnel. CLIN 0003 -Installation and Travel Cost QTY: 1 JB • Shall provide installation cost for CLIN 0001 and 0002 in Limestone, ME 04750 in accordance with the attached Statement of Work. BRAND NAME OR EQUAL: One or more of the Line items above is listed as brand name or equal. The brand and model are listed above along with the required salient characteristics. Offeror's shall familiarize themselves with the requirements of FAR 52.211-6, Brand Name or Equal for requirements on submitting an equal item. DELIVERY Schedule: 90 Calendar days upon notice to proceed to accomplish project, all work shall be completed No-Later-Than September 30, 2016 regardless of contract award date. F.o.b. - Destination. If Offeror is not able to meet this scheduled, the Offeror shall propose an alternative delivery schedule the Offeror can meet. Shipment shall be to the following address: Mark For DoDAAC - HQ0443 DFAS 27 Arkansas Road Limestone, ME 04750 Multiple Awards: The Government reserves the right to place awards to multiple vendors. Multiple awards may result from this RFQ if no one vendor is able to meet the Government's delivery schedule. PROVISIONS/CLAUSES: All FAR clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil. The following listed FAR clauses apply to this solicitation and are hereby incorporated: CLAUSES Incorporated by ReferEnce FAR 52.212-1, Instruction to Offerors Commercial Items. The following addendum is provided to this provision: Quotations submitted shall contain - SOLICITATION NUMBER; COMPANY NAME; ADDRESS; COMPANY POINT OF CONTACT NAME; COMPANY E-MAIL ADDRESS; COMPANY TELEPHONE NUMBER; PROPOSED DELIVERY SCHEDULE; TERMS OF THE EXPRESSED WARRANTY; PRICE; ANY PAYMENT DISCOUNT TERMS AND; ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS, IF ANY. FAR 52.209-6, Protection the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6, Brand Name or Equal; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items [IAW FAR 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alt I; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759); d)(2) and (3)); FAR 52.252-2, Clauses Incorporated by Reference DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights, DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive [IAW DFARS 252.212-7001 the following clauses are hereby incorporated by reference: FAR 52.203-3, Gratuities; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7021, Trade Agreements; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions. Clauses In Full Text FAR 52.212-2 -- Evaluation -- Commercial Items. (a) The Government will award a contract 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 factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement (ii) Price; (iii) Delivery schedule. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offeror's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (FEB 2009) ALTERNATE I (APR 2002) Offeror's shall ensure their online representations and certifications are complete in their SAM.gov registration. • All firms shall be registered in the System for Acquisition Management database at www.SAM.gov prior to award. • All quotes shall be sent to SSgt Lynn Libby: e-mail lynn.m.libby.mil@mail.mil; Reference W912JD-16-Q-2005, DFAS Full Height Security Turnstile in the Subject Line. • Questions to the solicitation must be submitted before 2:00 EST, Friday, June 10, 2016. • If a site visit is needed, please request before COB 27 June 2016 and the request will be accommodated. • Quotes shall be received no later than 1:30 PM EST, Monday, June 20, 2016. Quotes received after the specified time will be considered non-responsive and will not be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA17-1/W912JD-16-Q-2005/listing.html)
 
Place of Performance
Address: DFAS, 27 Arkansas Road, Limestone, Maine, 04750, United States
Zip Code: 04750
 
Record
SN04124404-W 20160522/160520234536-5d1603b59c06b8409971a76fabfd28e8 (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.