Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
MODIFICATION

63 -- Install Security Card-Reader Keyless Entry System

Notice Date
9/13/2005
 
Notice Type
Modification
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, Bldg 7015, Section 2C 806 13th Street, Ste 2, Vandenberg AFB, CA, 93437-5226
 
ZIP Code
93437-5226
 
Solicitation Number
FA4610-05-T-0037
 
Response Due
9/20/2005
 
Archive Date
10/5/2005
 
Point of Contact
Jisun Kang, Contract Specialist, Phone (805) 605-3933, Fax (805) 606-5867, - Celeste Cappomagi, Contracting Officer, Phone 805-606-2515, Fax 805-922-1703,
 
E-Mail Address
jisun.kang@vandenberg.af.mil, celeste.cappomagi@vandenberg.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The 30th Space Wing, Vandenberg AFB, CA, is soliciting offers to provide installation of Security Card-Reader Keyless Entry System at Vandenberg Air Force Base Hospital. The scope of work for this project includes, but is not limited to, all design, material, procurement, and construction to provide a complete and usable product to the Government. The contractor shall provide all labor, materials, equipment, transportation, and supervision required to install a security Card-Reader keyless entry system at the Base hospital at Bldg. 13850. All work shall be accomplished in accordance with, but not limited to, contract specifications, common work practices, and industry standards. The Scope of Work is as follows: At 14 each existing exterior doors and three interior doors contractor shall prepare to retro-fit a Serial Connection Security Card-Reader Keyless Entry System. Near each door (locations will be identified during site walk) shall be fitted or modified to fit a card reader unit that must be able to read the current military common access card (CAC) allowing members to gain access to that area and to send data to a local computer system, which shall record identification of individuals gaining access to the area, along with date and time of access. All 17 card readers shall be wired to a central processing panel (provided by contractor), which shall be connected to a server/workstation (provided by 30 MDG) through a serial connection. The server/workstation shall be located in the Medical Control Center. Contractor shall provide software and configurations to server/workstation for proper use of keyless entry system. All hardware/software provided by contractor shall be compatible with Windows XP pro operating system. Contractor shall need to provide training to 30 MDG staff on how to use magnetic strip encoder (provided by contractor) to encode CAC cards to gain access to certain areas of the facility. Contractor shall encode a minimum of five cards during this training session. If panic hardware on existing doors does not meet state safety and fire codes, contractor shall modify or replace panic hardware to meet or exceed all state safety and fire codes. Any patching, painting that is required shall be matched, as close as possible, to the existing color scheme. Before final acceptance contractor shall perform a complete function test of the system with the end-user to insure all entries are recorded and received. A floor plan and information regarding one of the automatic doors (a question that arised at the site visit) is available upon request. Please email jisun.kang@vandenberg.af.mil and it will be provided through email. A site visit will be held on 12 Sep 05 at 10:00 a.m. PST. This site visit is not mandatory, however, it is highly recommended due to the nature of this service. Please send an email to jisun.kang@vandenberg.af.mil or fax to 805-606-5867 with the name of persons who will be attending by 2:00 p.m. PST on 9 Sep 05. The Contractor will be responsible for obtaining all cards, passes, badges, decals or other items required for access to the area or areas in which the work will be performed through the 30th Security Forces Squadron. Please plan to arrive at the Visitor Center one hour before the site visit. This combined synopsis/solicitation is prepared in accordance with the format in FAR 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 combined synopsis/solicitation is issued as a request for quote (RFQ) FA4610-05-T-0037. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). This procurement is being issued as 100% SMALL BUSINESS SET-ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-02 and DFARS Change Notice 20040625. North American Industrial Classification Standard 561621, Size Standard, $10,500,000, applies to this procurement. FOB: Destination for delivery and performance to Bldg 13850, Vandenberg AFB CA 93437. This service is being procured under, and will be awarded using simplified acquisition procedures in accordance with FAR Part 13. The provision at FAR 52.212-1-- Instructions to Offerors (Jan 2005)- Commercial Items apply to this acquisition. Quotes will be evaluated on price related factors only. Offerors must submit a completed copy of the provision at 52.212-3 - Offerors Representation and Certification -- Commercial items, (Mar 2005) at http://orca.bpn.gov. 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Oct 2003), applies to this acquisition along with the following additional clauses - 52.222-22 -- Previous Contracts and Compliance Reports (Feb 1999), 52.222-25 -- Affirmative Action Compliance (Apr 1984). 52.212-5 -- Contract Terms and Conditions to Implement Statutes or Executive Orders -- Commercial Items (Jul 2005) applies to this acquisition. The following clauses apply to this acquisition: 52.222-3 -- Convict Labor (June 2003), 52.222-21-- Prohibition of Segregated Facilities (Feb 1999), 52.222-26 -- Equal Opportunity (Apr 2002), 52.222-35-- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 -- Affirmative Action for Workers With Disabilities (Jun 1998), 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.225-1 -- Buy American Act - Supplies (May 2002), 52.225-3 -- Buy American Act -- North American Free Trade Agreement--Israeli Trade Act (May 2002), 52.225-13 (Dev) -- Restriction on Certain Foreign Purchases (Jul 2003), 52.225-15 -- Sanctioned European Union Country End Products (Feb 2000), 52.225-16 -- Sanctioned European Union Country Services (Feb 2000), 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration (May. 1999) (a) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisition of commercial items or components. 52.222-41 -- Service Contract Act of 1965, as Amended (May 1989), 52.222-44 -- Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Feb 2002), 252.204-7004 -- Required Central Contractor Registration, 252.212-7001 -- Contract Terms and Conditions to Implement Statutes, 252.225-7001 -- Buy American Act and Balance of Payments Program (Mar 1998), 252.225-7007 -- Buy American Act - Trade Agreements - Balance of Payment Program (Oct 2002), 252.225-7036 -- Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program (Mar 1998) Alternate I (Sep 1999), and 5352.242-9000 -- Contractor Access to Air Force Installations. Offers must be submitted as written responses, mailed, faxed (805) 606-5867, or e-mailed to jisun.kang@vandenberg.af.mil and received no later than 8:00 A.M. PST on 20 Sep 2005 to Attn: Jisun Kang, 30 CONS/LGCB, Bldg 7015, 806 13th Street, Suite 2D, Vandenberg Air Force Base, CA 93437. Oral responses will not be accepted. Any questions or comments must be in a written form addressed to Jisun Kang and must be submitted no later than 2:00 p.m. PST on 14 Sep 2005. The answers will be posted on the eps website by 2:00 p.m. PST on 16 Sep 2005. Each offeror shall sign his/her quote. Responding sources must provide their company name, contact with telephone number, and their signature. Additionally, responding sources must be registered in the Central Contractor Registration at www.ccr.gov. Quote is valid for 60 days from the date of the quote. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-SEP-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSC/30CONS/FA4610-05-T-0037/listing.html)
 
Place of Performance
Address: Base Hospital, Bldg 13850 Vandenberg AFB CA
Zip Code: 93437
Country: USA
 
Record
SN00894552-F 20050915/050913213748 (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.