Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2005 FBO #1357
SOLICITATION NOTICE

63 -- PROXIMITY ACCESS CONTROL SYSTEM

Notice Date
8/12/2005
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 347 CONS - Moody, 4380B Alabama Rd., Moody AFB, GA, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-05-Q-0089
 
Response Due
8/23/2005
 
Archive Date
9/7/2005
 
Description
This is a combined synopsis and 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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is FA4830-05-Q-0089 and is issued as a Request for Quotation (RFQ). Moody AFB intends to award a sole-source contract under the authority of FAR 13.501 for a Proximity Access Control System. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-05, Defense Acquisition Circular (DAC) 91-13 Correction and Air Force Acquisition Circular (AFAC) 2005-0517. For informational purposes The Standard Industrial Classification Code is 7382. The North American Industry Classification System is 561621. The size standard is $10,500,000. ALL ITEMS LISTED ARE THOSE PROVIDED BY ADVANTOR SYSTEMS CORPORATION. QUOTED ITEMS SHALL BE THOSE LISTED ?OR EQUAL? TO THOSE LISTED. GOVERNMENT PERSONNEL WILL DETERMINE IF A PRODUCT IS EQUAL TO THE PARTS LISTED. The BID SCHEDULE shall be for: 0000 1 EACH; PN: 08064022, DAT 71581 Magna Class Platinum Series SIMPLEX BASE LEVEL UNIT. 0001 1EACH; PN: INF SFX SV 2, Radius 7580 Computer, 2.4 GHz, 512 MB RAM, 80 GB Hard Drive, 48X CD-RW (includes: Controller Card, Microsoft Small Business Solutions (Windows 2000 Server & Sequal Server 2000), ASN Software, PC Anywhere, 15" NEC LCD Flat Screen, Speakers, Signature Pad, Digital Camera. 0002 1 EACH; PN: 08504257, LinkSys 8 Port 10-100 BaseT Hub. 0003 2 EACH; PN: 08504227, Cat 5 cable, 7' patch cable. 0004 1 EACH; PN: 08504230, Cat 5 cable, 50' patch cable. 0005 1 EACH; PN: 08061569, APC Back-UPS Pro, 1000VA/670W, Input 120V/Output 120V, Interface Port DB-9 RS-232. 0006 2 EACH; PN: 08504147, Modem Cable, 9/25 Pin. 0007 2 EACH; PN: 08061934, Multitech Modem 33.6 External. 0008 2 EACH; PN: 08504209, 6' Serial Modem Cable 25 pin to 25 pin. 0009 1 EACH; PN: 08504401, OKI B4250 Lasr Printer. 0010 1 EACH; PN: 08504101, Printer Cable. 0011 1 EACH; PN: 08504302, Parallel Port Expansion Card, PCI (max of 1 per computer). 0012 1 EACH; PN: ACCESS 4C-A KIT, Access Module, Host 120VAC. 0013 6 EACH; PN: 08061305, Sentrol 1078 Wide Gap Recessed Door Switch. 0014 3 EACH; PN: 08060741, HID Prox Pro Proximity Reader. 0015 EACH; PN: 49001401, Kit Prox Pro Reader Installation. 0016 1 EACH; PN: 08060740, HID MP 5365 5" Proximity Reader, Mullion Mount. 0017 50 EACH; PN: 08060511, HID PROX Card II Proximity Card (not direct print compatible). 0018 5 EACH; PN: 08060171, SMC M32-12 Mag Lock (600 lb). 0019 1 EACH; PN: 08060083, SMC M32F-12 Mag Lock (600 lb). 0020 5 EACH; PN: 49001901, KIT Maglock 600 lb Top Mount Installation Kit. 0021 1 EACH; PN: 49002101, KIT Maglock 600 lb Face Mount Installation Kit. 0022 4 EACH; PN: 08063281, STI SS2410 Emergency Egress Button w/locking button and standard cover. 0023 4 EACH; PN: 08060162, Detection Systems DS 150i Exit Sensor PIR, Grey. 0024 1 EACH; PN: 08062847, Altronix AL600ULM 12/24 VDC / 6A Power Supply. 0025 1 EACH; PN: 08060602, Altronix RB5 6 / 12 VDC, 5A Relay. 0026 1 EACH; PN: 08063637, DAT 549081-204 ymckt ribbon 4 colors, platinum (135 uses/if duplex only 67 uses). 0027 1 EACH; PN: 08063263, DAT 557297-001 Magna Printer Cleaning cards, qty 10 (every 400 cards). 0028 1 EACH; PN: 08063767, DAT 549716-001 Magna/Select w/AIT Cleaning Kit (5 roller sleeves) one sleeve per Ribbon. 0029 1 EACH; PN: 08063150, DAT 557492-001 Printhead Cleaning Pen, Magna and Select (every 1500 cards). 0030 1 EACH; PN: 08061276, DAT DCCP-10 Card Punch with Guide. 0031 100 EACH; PN: 08061084, Badge Clip. 0032 100 EACH; PN: 08061419, DAT 597640-001, StickiCard Labels (100 increments). 0033 2 EACH; PN: 09500005, 12V7AH Gel Cell Battery. 0034 3 EACH; PN: 08062621, SWW 110251 22ga 6 conductor Plenum (wire). 0035 3 EACH; PN: 08061676, SWW 110254 22ga 6 conductor O/A Shield Plenum (wire). 0036 3 EACH; PN: 08061677, SWW 112006 18ga 2 conductor Plenum (wire). 0037 1 EACH; Labor: Lot - Conduit, Connectors, Mounting Hardware. 0038 1 EACH; Labor: Pre-Site Survey (per day). 0039 1 EACH; Labor: Advantage Suite SFX Installation or ASN Upgrade. 0040 1 EACH; Labor: Advantage Suite Stand-Alone Pass & ID Installation. 0041 1 EACH; Labor: ASN, Pass & ID or Security Suite Badging Training. 0042 1 EACH; Labor: ASN or Security Suite Access Control Programming Training. 0043 5 EACH; JTR Per Diem Rate. 0044 9 EACH; Field Equipment Installation Labor (man days). 0045 9 EACH; Field Equipment Installation Per Diem. 0046 3 EACH; Transportation (per person) zone 1 Eastern CONUS. 0047 3 EACH; Travel Time (per person). 0048 14 EACH; Local Transportation. FOB Point: Destination. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. This requirement is unrestricted. The government requires purcahse of ADVANTOR products ?OR EQUAL? as they are essential to support the base mission. Interested firms may identify their interest and capability to respond to the requirement. A determination not to compete this requirement based upon responses to this notice is solely within the discretion of the government; all responsible sources may submit an offer, which will be considered. Written responses to this synopsis shall contain sufficient documentation to establish a bona-fide capability to fulfill this requirement. Interested sources must submit in writing, technical capabilities, pricing, and other information that demonstrates the ability to meet this requirement within 10 days. The Government contemplates award of a firm fixed price contract resulting from this solicitation. If no responses are received, a sole source contract with ADVANTOR SYSTEMS will be pursued without further notice. Firms responding to this synopsis should reference the solicitation number and indicate their business size as defined by FAR 52.219. Inquires concerning this synopsis must be in writing and may be faxed to 229-257-4032. Numbered Note 22 applies with the following revision: ?all proposals received within 10 days after date of publication of this synopsis will be considered by the government.? Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD:IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the responsive responsible low offeror. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-4032. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. 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 (Deviation). Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: : FAR 52.233-3 Protest After Award; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.222-3 Convict Labor (E.O. 11755); FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 25.222-35 Equal Opportunity for Special Disabled Veterans, Veterans on the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), ), FAR 52.225-1, Buy American Act-Balance of Payments Program ?Supplies, FAR 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act, FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-15 Sanctioned European Union Country End Products; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241),. The Defense Priorities and Allocations System (DPAS) rating is C9E. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 347 CONTRACTING SQUADRON (MSCB) LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 12:00 P.M. EST ON 22 Aug 05. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION NUMBER, DATE & TIME, AND REQUEST FOR QUOTATION (RFQ) TITLE ON THE OUTSIDE OF THE ENVELOPE. FACSIMILE OFFERS WILL BE ACCEPTED. The point of contact for this solicitation is TSgt Michael Haydo, 229-257-3226, Fax-229-257-4032 or Mr James Kessel, 229-257-4715.
 
Place of Performance
Address: MOODY AFB
Zip Code: 31699
Country: USA
 
Record
SN00869406-W 20050814/050812212317 (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.