Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2005 FBO #1200
SOLICITATION NOTICE

63 -- FACILITY ENTRY ACCESS CONTROL SYSTEM

Notice Date
3/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 301 LSS/LGC, 1710 Burke Street Suite 100, Carswell ARB, NAS JRB FT Worth, TX, 76127-6200
 
ZIP Code
76127-6200
 
Solicitation Number
Reference-Number-F5H3SC5060A400
 
Response Due
4/1/2005
 
Archive Date
4/16/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The 301st Operational Contracting Office at NAS JRB (Carswell Field) Fort Worth Texas intends to award a delivery/purchase order under Simplified Acquisition Procedures (SAP) for the purchase of a building entry access control security system. We intend to purchase the ?Lenel-Onguard Access Control System? or equal. Components for the Lenel-Onguard Access system include: Access Only Software (SWS-ADV)- 1 EA, **see NOTE; Intelligent System Controller (LNL-1000) - 2 EA; two reader Interface (LNL-1320) - 2 EA; Ethernet adaptor (LNL-ETHLAN) - 2 EA; Magnetic Stripe Card Reader (LNL2010W-5) - 1 EA; Egress Motion Sensor (DS160) - 4 EA; Surface Mounted Door Contact with armor cable (2505A) - 4 EA; Electrified Lockset, Mortise Type (L80PDEU) - 4 EA; Power transfer Hinge (PTH-4) - 4 EA; Device Power Supply (AL400ULX) - 2 EA; Lock Power Supply (AL600ULX) 2 EA; Power Distribution, Fused (PD-8) - 2 EA; Power Supply for Ethernet Adaptor (SMP-3CTX) - 2 EA; Access Cable (119115) - 1 EA; Network Video Recorder Software 1 channel.( SW-LNR-CH1) - 3 EA, **see NOTE; Indoor IP Camera, 640x480 res up to 30fps (AX-O197-004) - 3 EA; CAC Encoder - 1 EA; CAT 6 Cable - 1 EA; Pricing for an equal brand should be for components eqivalent to, but limited by, the Lenal-Onguard Access System. Pricing must be GSA, FOB Destination, and include installation, travel, training, warranty, and any miscellaneous cost. Requirements are for providing security access for two separate buildings. Floor plans available upon request. System must be compliant with soon to be implemented Homeland Security Department directive HSTTD 12/Phips 201. Entry access control security program will need to operate on government provided system. (10/100/1000 Ethernet, one 80GB OS hardrive (Optional data hard drives, maximum of eight), CD ROM, 1.44 floppy, mouse. **NOTE: Access Only Software is the OnGuard 2005 software; Lenel-Onguard has open capture feature (i.e. plug and play) that offers the ability to integrate any industry standard IP camera into the OnGuard platform without software programming. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, as suppplemented 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 Purchase Request Number is F5H3SC5060A400 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 97-2 and Defense Acquisition Circular 91-13. This solicitation is 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 541511, size standard is $21,000,000.00. The contractor shall provide the following, which are mandatory minimum system requirements for the subject purpose. Offerors must show: (1) the solicitation or reference number; (2) the time specified in the solicitation for receipt of offers; (3) the name, address, and telephone number of the offeror; (4) price and discount terms (quote FOB Destination); (5) Remit To address, if different than the mailing address; (6) warranty information; (7) Estimated Delivery date; (8) the offeror shall complete electric annual Representations and Certifications at http://orca.bpn.gov in conjunction with the required registration in the Central Contractor Registration (CCR) database; (9) acknowledgement of solicitation amendments, if any, for acceptance of offers. The offeror agrees to hold prices in its offer for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addenfum to the solicitation. The required delivery date for offers is 1 April 2005 . Contractor shall provide all materials, labor and transporation necessary to complete this requirement. The following provisions and clauses can be viewed through internet access at the Air Force FAR site, http://farsite.hill.af.mil. In accordance with FAR 52.252-1 (FEB 1998) and FAR 52.252-2 (FEB 1998), the following provisions and clauses are incorporated by reference: FAR 52.212-1. Instructions to Offerors, Commercial Items (AUG 1998), with the following: the terms if any expressed warranty, price, and any discounts, and delivery times; FAR 52.212-2, Evaluation ? Commercial Items (MAR 1998). Award will be made to the offeror whose proposal represents the best value to the Government. The following factors shall be used to evaluate offers: best value to the Government and delivery date. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL PROOF OF UP-TO-DATE ELECTRONIC REGISTRATION OF ON-LINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) AND SAME FOR UP-TO-DATE REGISTRATION IN CENTRAL CONTRACTOR REGISTRATION (CCR). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (JUN 1998); FAR 52.222-26, Equal Opportunity (Deviation)(APR 1984); FAR 52.222-35, Affirmative Action for Disable Veterans and Veterans of the Vietnam Era (APR 1998); FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment is required; FAR 52.247-34, F.O.B. Destination (NOV 1991). Also apply DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. As prescribed in DFARS 252.212-7001 the following clauses are applicable: DFARS 252.225-7001, Buy American Act Balance of Payments Program and DFARS 252.225-7036, Buy American Act, North American Free Trade Agreement Implementation, Balance of Payments Program; DFARS 252.232-7009, Payment by Electronic Fund Transfer (JUN 1998). In accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 1998), prior to receiving any contract award, contractors must be registered in the CENTRAL CONTRACTOR REGISTRATION (CCR) and ON-LINE REPRESENTATIONS AND CERTIFICATIONS (ORCA). If not already registered, you should immediately register in the CCR via the internet at: http://www.bpn.gov/CCR/scripts/index.html and ORCA via the internet via http://www.orca.bpn.gov. Confirmation of both must be obtained before an award can be made. Offers must be sent by e-mail to james.hill@carswell.af.mil or in writing to 301st Operational Contracting (301 CONF/LGC), Attn: James T. Hill, 1710 Burke Avenue, Suite 1, NAS JRB (Carswell Field) Fort Worth TX. 76127 or FAX to: (817)782-5371 Attn: James T. Hill by 1 April 2005. For more information or if you have questions, please contact James T. Hill by email at hill@carswell.af.mil
 
Place of Performance
Address: 926 FIGHTER WING, 400 RUSSELL AVENUE, NAS JRB NEW ORLEANS, LA
Zip Code: 70143
Country: USA
 
Record
SN00764668-W 20050310/050308212305 (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.