Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2002 FBO #0252
SOLICITATION NOTICE

58 -- Procure Proximity Access Technology

Notice Date
8/9/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Immigration & Naturalization Service, Dallas Administrative Center, 7701 N. Stemmons Freeway 8th Floor, Dallas, TX, 75247
 
ZIP Code
75247
 
Solicitation Number
ACD-2-Q-0035
 
Response Due
8/16/2002
 
Point of Contact
Richard Sallee, Contract Specialist, Phone 214 905 5392, X94, Fax 214 905 5568, - Julian Stephens, Contract Specialist, Phone 214 905 5392, X 4, Fax 214 905 5568,
 
E-Mail Address
richard.r.sallee@usdoj.gov, julian.m.stephens@usdoj.gov
 
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. Quotations are being requested and a written solicitation will not be issued. Solicitation No. ACD-2-Q-0035 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through FAC 01/08. This is a 100% SET-ASIDE FOR SMALL BUSINESS with a North American Industrial Classification System (NAICS) of 44311. Requirements are as follows: Access Badges, HID PROXII, 450 each: unit price______ total price______; Badge Printer: FARGO C-11, 1 each: unit price______ total price______; Badge Printer Ribbons: matching FARGO C-1, 3 each: unit price______ total price______; Retractor/Badge Holders w/INS Emblem (sample will be provided after award), 500 each: unit price______ total price______; RI-110 Interface: RI-110, 18 each: unit price______ total price______; Mounting Kit for RI-100: IK-100, 5 each: unit price______ total price______; PROXPRO Card Reader, 3 each: unit price______ total price______; PROXPOINT II Carder, 26 each: unit price______ total price______; PROX Reader Mounting Kits: CKP-100 (Acrylic), 28 each: unit price______ total price______; EXIT Button: Rutherford RU-908MO32D, 2 each: unit price______ total price______; MICROPROX Tag: fac 65, 800 each: unit price______ total price______; MiniProx Card Reader: MiniProx, 3 each: unit price______ total price______; 12 VAC Transformer: Part # 596 (Hard Wire), 23 each: unit price______ total price______; Electric Strike Door Lock: BC-100, 2 each Channel Expander: CE-1600, 2 each Labor for installation of card readers 1 lot_____ Miscellaneous hardware/wire 1 lot_____. Total quotation price is_________. These components will be installed and configured to an existing access system. The quoter must be capable of accessing a proprietary application known as ACCESS GOLD (by Access Specialties, Inc.). The quoter must be listed as a licensed distributor or licensed to access ACCESS GOLD applications with Access Specialties, Inc. Interested parties or quoters may attend a presolicitation walkthrough of 7701 N. Stemmons on Tuesday, July 13, 2002 at 1:30 p.m. INS Security personnel will conduct the walkthrough and questions will be limited to the solicited requirements only. This shall be a single award with delivery to Dallas, Texas, FOB Destination. All Items shall be delivered/installed within 60 days of order acceptance to Immigration & Naturalization Service, Central Region Office Supply Room, 7701 N. Stemmons Freeway, Dallas, TX 75247-9998. "ACD Security - TERRY FRANCE ext 5465" shall be marked on each shipping container. Installation will be done internally / externally at 7701 N. Stemmons location. FAR 52.212-1, Instructions to Offerors - Commercial Items is incorporated by reference. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; offerors must obtain a copy of these provisions and submit with their offer. Full text of a solicitation provision may be accessed electronically at http://www.arnet.gov./far or by contacting Rick Sallee at 214-905-5392 ext. 94 or email Richard.R.Sallee@usdoj.gov. FAR 52.212-4 is incorporated by reference. FAR 52.207-4, Economic Purchase Quantity-Supplies and JAR 2852.233-70, Protests Filed With the Department of Justice, apply as addenda to FAR 52.212-4. FAR 52.214-4(g)(1), Electronic Funds transfer is required for payment. FAR 52.212-5 is incorporated by reference. FAR 52.212-5 Alt I, is incorporated by reference. Contracting officer indicated clauses for FAR 52.212-5 are 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-1, Buy American Act-Balance of Payments Program-Supplies (41 U.S.C. 10a-10d) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note); Contractor Registration (31 U.S.C. 3332). FAR 52.203-6, Alt I, Restrictions on Subcontractor Sales to the Government is incorporated by reference. Service Contract applies. Wage Determination 94-2509 Rev. 21 dated 05/29/2002 applies and is available upon request. FAR 52.212-2, Evaluation-Commercial Items Government will make a single award resulting from this solicitation to the responsible quoter whose quote conforms to the RFQ, with price and other factors considered. The following factors shall be used to evaluate quotes technically capable. Evaluation will be based on price, past performance, with award being based on lowest price technically acceptable. PAST PERFORMANCE: Each offeror shall describe their past performance on similar contracts held within the last three years which are of similar scope, magnitude and complexity to that which is detailed in this RFQ. Past Performance shall be evaluated in the following manner: The Government will assess the quoter's ability to perform, including the quoter's likelihood of achieving success in meeting the contract requirements. A description of the progress of the projects currently in process should be included as well. Contracts listed may include those entered into with the Federal, state and local government agencies and commercial customers. Past Performance will be assessed and assigned a narrative rating in the evaluation. The Government will evaluate each quoter's past performance based on the information submitted by the quoter, as well as information that the Government collects by itself. Quoters will be given credit for good past performance and lose credit for poor past performance, and neither gain nor lose credit for no past performance data. FAR 52.252-1, Solicitation Provisions Incorporated by Reference may be accessed electronically at http://www.arnet.gov./far or by contacting Rick Sallee at 214-905-5392 ext. 94 or email Richard.R.Sallee@usdoj.gov. Quotations are due August 16, 2002 not later than 2:00pm Dallas time, at Immigration & Naturalization Service, ATTN: Rick Sallee, ACDCPM, 7701 N. Stemmons Freeway, Dallas, TX 75247. Inquiries should be in written form and faxed to (214) 905-5568. All responsible sources may submit an offer, which shall be considered.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/INS/ACD/ACD-2-Q-0035/listing.html)
 
Place of Performance
Address: 7701 N. Stemmons Freeway Dallas, TX
Zip Code: 75247
Country: USA
 
Record
SN00137943-F 20020811/020809221529 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.