Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2005 FBO #1391
MODIFICATION

N -- Card Reader Keyless Entry System in Dormitories

Notice Date
9/15/2005
 
Notice Type
Modification
 
NAICS
561622 — Locksmiths
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
 
ZIP Code
68113-2107
 
Solicitation Number
FA4600-05-T-0076
 
Response Due
9/20/2005
 
Archive Date
1/31/2006
 
Point of Contact
Cindy Sand, Contract Specialist, Phone 402 232-5943, Fax 402 294-4069,
 
E-Mail Address
cindy.sand@offutt.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment No. 0001 to Combined Synopsis/Solicitation for Fedbizopps Announcement FA4600-05-T-0076 The subject combined synopsis/solicitation is amended as follows: Under Description of Work: Delete paragraph 2.c.6 and substitute the following: “6. Front desk unit shall be both an encoder and a lock programming unit. System software also needs to be included to work on existing five computers. Contractor shall provide five FDU’s. One for B324; One for B364: One for B365; One for B367; One for B400 and B402.” Responses to contractor questions are as follows: 1. Question: Will you be supplying the computers to run the software on? If so, will they be compatible with the server requirements of the Saflok system since we will be running each building independently? Answer: We have the computers. They are Micron and are Pentium III computers with Windows XP. 2. Question: Please clarify: Is the shipping cost able to be based on standard shipping cost? Need clarification to propose according to shipping clause? Answer: Shipping should be included in the total price and based on standard shipping FOB Destination. The due date for receipt of quotations does not change and is still 20 September 2005 at 2:00 p.m. CDT. All offerors must acknowledge receipt of this amendment on their signed quotation. Original Synopsis/Solicitation (See amendment information above): This is a combined synopsis/solicitation, no separate solicitation document will be issued. The statement 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 remove existing door locks and install a security Card-Reader keyless entry system (Saflok System 6000 with Smartcard Motorized encoder or equal) in the dormitories buildings identified below. All work shall be accomplished in accordance with, but not limited to, contract specifications, common work practices, and industry standards. Project SGBP 04-0076: Replace door locks in the sleeping rooms only in the following buildings on Offutt AFB, NE. Building 324 (281 rooms); Building 364 (179 rooms); Building 365 (179 rooms); Building 367 (57 rooms - only corridor entry door); Building 400 (102 rooms); Building 402 (101 rooms). Total 899 rooms. Scope: The work covered by the statement of work consists of furnishing all labor, equipment, and materials for the removal of the old door latch lock and replace with an access control lock requiring a card. Current lockset shall be replaced with a new keycard system as a swipe mechanism or insert motion. Description of Work: Saflok System 6000 with Smartcard Motorized encoder (SAFLOK 248 680 8484) or equal. The contractor shall perform all duties to remove existing door locks and strikes. The contractor shall install new access control lock with a cover plate if necessary to completely cover the original holes of the existing lock and strike. Contractor shall provide the following locks per the following specification: 1. Current lockset shall be replaced with a new keycard system as a swipe mechanism or insert motion. 2. Keycard system must be compatible with government issued Common Access Card (CAC). The requirements to use a CAC card as a key card have not been approved by the Air Force. However, the lock system that will be selected and installed at Offutt AFB will have that capability when the authorization is given. The lock has to be able to accept the Mag Stripe, Memory Chip, and the Smart Chip technologies. If additional readers and front desk units (FDU) are required to accept the CAC, then these costs shall be included in this contract. 3. Saflok System 6000 with Smartcard Motorized encoder or equal. 4. Locks shall be Grade 1 with override options which shall have a removable core with key. 5. B367 override key must match entry doors to the building. 6. Front desk unit shall be both an encoder and a lock programming unit. Contractor shall provide four FDUs. One each for B324, one each for B364 and B365, one each for B367, one each for B400, and B402. 7. Deadbolt shall be at least one inch in length and automatically activated from the inside when the lever is turned. 8. Levers shall be short and on both sides of the doors. 9. Shall provide 20 each (40) extra right-hand and left-hand locksets. 10. 5,000 extra key cards. 11. Training provided by the contractor shall be included in the contractor's proposal. A training CD shall be provided at the completion of training. Implementation: a. The contractor will be required to allow personnel access to the area in and out of their sleeping rooms during all hours. The facilities are dormitories and occupants will be sleeping during all hours of the day. The work hours for the contractor shall be Monday through Friday from 0800 through 1700. b. A site visit will be scheduled prior to the due date. c. Locks must be installed per manufacturer's installation procedures. Existing conditions vary between dormitories. Some dormitories have wood doors, others are metal. Frames can vary as well. Contractor will be responsible for determining his installation costs depending upon the existing conditions. d. There will be a pre-final and final walk through by the government inspector prior to approval. e. Any damage done by the contractor will be repaired at his expense. f. Contractor shall cleanup and remove the old locks from Offutt AFB. No radios are allowed. 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) FA4600-05-T-0076. 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 561622, Size Standard, $6,000,000, applies to this procurement. FOB: Destination for delivery and performance to Offutt AFB, Nebraska. 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 will be required to guarantee their price through 31 December 2005. A site visit will be held on 13 Sep 05 at 10:00 AM CDT. This site visit is not mandatory, however, it is highly recommended due to the nature of this work. Please send an email to cindy.sand@offutt.af.mil or fax to 402-294-4069 with the name of persons who will be attending by 2:00 PM CDT on 9 Sep 05. Please plan to arrive at the Bellevue Welcome Center no later than 9:30 AM CDT on the day of the site visit. Offers must be submitted as written responses, mailed, faxed 402-294-4096, or e-mailed to cindy.sand@offutt.af.mil and received no later than 2:00 PM CDT on 20 Sep 2005 to Attn: Cindy Sand, 55 CONS/LGCA, 101 Washington Square, Offutt AFB, NE 68113-2107. Oral responses will not be accepted. Any questions or comments must be in a written form addressed to Cindy Sand and must be submitted no later than 2:00 p.m. CDT 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. THE FOLLOWING CLAUSES ARE INCORPORATED BY REFERENCE 52.204-7 Central Contractor Registration OCT 2003; 52.204-8 Annual Representations and Certifications JAN 2005; 52.212-1 Instructions to Offerors--Commercial Items JAN 2005; 52.212-3; Offeror Representations and Certification--Commercial Items http://orca.bpn.gov MAR 2005; 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2003; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items JUL 2005; 52.225-1 Buy American Act--Supplies JUN 2003; 52.225-13 Restrictions on Certain Foreign Purchases MAR 2005; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003; 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004; 52.243-1 Changes--Fixed Price AUG 1987; 52.246-1 Contractor Inspection Requirements APR 1984; THE FOLLOWING CLAUSES ARE INCORPORATED BY FULL TEXT 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) ALTERNATE III (MAY 2002) (a) Definitions. As used in this clause -- (1) "Components" means articles, materials, and supplies incorporated directly into end products at any level of manufacture, fabrication, or assembly by the Contractor or any subcontractor. (2) "Department of Defense" (DoD) means the Army, Navy, Air Force, Marine Corps, and defense agencies. (3) "Foreign flag vessel" means any vessel that is not a U.S.-flag vessel. (4) "Ocean transportation" means any transportation aboard a ship, vessel, boat, barge, or ferry through international waters. (5) "Subcontractor" means a supplier, materialman, distributor, or vendor at any level below the prime contractor whose contractual obligation to perform results from, or is conditioned upon, award of the prime contract and who is performing any part of the work or other requirement of the prime contract. (6) "Supplies" means all property, except land and interests in land, that is clearly identifiable for eventual use by or owned by the DoD at the time of transportation by sea. (i) An item is clearly identifiable for eventual use by the DoD if, for example, the contract documentation contains a reference to a DoD contract number or a military destination. (ii) "Supplies" includes (but is not limited to) public works; buildings and facilities; ships; floating equipment and vessels of every character, type, and description, with parts, subassemblies, accessories, and equipment; machine tools; material; equipment; stores of all kinds; end items; construction materials; and components of the foregoing. (7) "U.S.-flag vessel" means a vessel of the United States or belonging to the United States, including any vessel registered or having national status under the laws of the United States. (b)(1) The Contractor shall use U.S.-flag vessels when transporting any supplies by sea under this contract. (2) A subcontractor transporting supplies by sea under this contract shall use U.S.-flag vessels if-- (i) This contract is a construction contract; or (ii) The supplies being transported are-- (A) Noncommercial items; or (B) Commercial items that-- (1) The Contractor is reselling or distributing to the Government without adding value (generally, the Contractor does not add value to items that it contracts for f.o.b. destination shipment); (2) Are shipped in direct support of U.S. military contingency operations, exercises, or forces deployed in humanitarian or peacekeeping operations; or (3) Are commissary or exchange cargoes transported outside of the Defense Transportation System in accordance with 10 U.S.C. 2643. (c) The Contractor and its subcontractors may request that the Contracting Officer authorize shipment in foreign-flag vessels, or designate available U.S.-flag vessels, if the Contractor or a subcontractor believes that -- (1) U.S.-flag vessels are not available for timely shipment; (2) The freight charges are inordinately excessive or unreasonable; or (3) Freight charges are higher than charges to private persons for transportation of like goods. (d) The Contractor must submit any request for use of other than U.S.-flag vessels in writing to the Contracting Officer at least 45 days prior to the sailing date necessary to meet its delivery schedules. The Contracting Officer will process requests submitted after such date(s) as expeditiously as possible, but the Contracting Officer's failure to grant approvals to meet the shipper's sailing date will not of itself constitute a compensable delay under this or any other clause of this contract. Requests shall contain at a minimum -- (1) Type, weight, and cube of cargo; (2) Required shipping date; (3) Special handling and discharge requirements; (4) Loading and discharge points; (5) Name of shipper and consignee; (6) Prime contract number; and (7) A documented description of efforts made to secure U.S.-flag vessels, including points of contact (with names and telephone numbers) with at least two U.S.-flag carriers contacted. Copies of telephone notes, telegraphic and facsimile message or letters will be sufficient for this purpose. (e) The Contractor shall, within 30 days after each shipment covered by this clause, provide the Contracting Officer and the Maritime Administration, Office of Cargo Preference, U.S. Department of Transportation, 400 Seventh Street SW., Washington, DC 20590, one copy of the rated on board vessel operating carrier's ocean bill of lading, which shall contain the following information: (1) Prime contract number; (2) Name of vessel; (3) Vessel flag of registry; (4) Date of loading; (5) Port of loading; (6) Port of final discharge; (7) Description of commodity; (8) Gross weight in pounds and cubic feet if available; (9) Total ocean freight in U.S. dollars; and (10) Name of the steamship company. (f) The Contractor shall insert the substance of this clause, including this paragraph (f), in subcontracts that are for a type of supplies described in paragraph (b)(2) of this clause. (End of clause) 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUNE 2002) (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (INVOICE SUBMITTAL) (3 Aug 2004) Contractors can register and begin submitting electronic invoices immediately through the Wide Area Workflow Receiving and acceptance Internet site: https://rmb.ogden.disa.mil. On line training is available at this Internet site to vendor and government receiving officials. Contractors using Wide Area Work Flow, use the Combination Invoice/DD250.or Two in One Invoice. Per DFARS 252.232-7003, (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests using one of the following electronic forms: (1) Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA). Information regarding WAWF-RA is available on the Internet at https://wawf.eb.mil. (2) Web Invoicing System (WInS). Information regarding WInS is available on the Internet at https://ecweb.dfas.mil. (3) American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats. (i) Information regarding EDI formats is available on the Internet at http://www.X12.org. (ii) EDI implementation guides are available on the Internet at http://www.dfas.mil/ecedi. (4) Another electronic form authorized by the Contracting Officer. (c) If the Contractor is unable to submit a payment request in electronic form, or DoD is unable to receive a payment request in electronic form, the Contractor shall submit the payment request using a method mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. (d) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. A COPY of the invoice (to be used for verification and receipt) shall be submitted to: Organization/Office Symbol Contact Name Mailing Address Offutt AFB, NE 68113- Payment will be made by: DFAS-FVB/LI Contact DFAS-FVB-LI to check payment 27 Arkansas Road status at (800) 390-5620 or (207) 328-5620 Limestone, ME 04751-1500 MOTOR VEHICLE OPERATION ON BASE: Contractor personnel are advised that in addition to compliance with state and local traffic laws both on and off base, seat belt usage is mandatory at all times on Offutt AFB. Air Force Motor Traffic Supervision, Air Force Instruction 31.204 and Offutt AFB supplement thereto, prescribes that installation commanders must ensure drivers comply with state and local traffic laws. Accordingly, while on Offutt AFB, failure to wear restraints by the operator and/or passengers may result in the operator being ticketed by Offutt security personnel for failure to comply. Seat belt violations on Offutt AFB will result in a temporary suspension of on-base driving privileges. Contractors will be held responsible for meeting contractual obligations regardless of driving suspensions for ticketed offenses. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-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/ACC/55CONS/FA4600-05-T-0076/listing.html)
 
Place of Performance
Address: Offutt AFB, Nebraska
Zip Code: 68113
Country: USA
 
Record
SN00896868-F 20050917/050915213717 (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.