Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2009 FBO #2785
SOLICITATION NOTICE

63 -- Access Control Security Management System - SOW

Notice Date
7/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
F3QCCM9160A002
 
Archive Date
8/11/2009
 
Point of Contact
Ryan C. Byrd,
 
E-Mail Address
ryan.byrd@robins.af.mil
(ryan.byrd@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of what is required. This is notice of the Government's intent to negotiate a sole source purchase order with Johnson Controls, Inc; 2505 W Gordon Ave; Albany, GA 31707; under the authority of 10 U.S.C. 2304(c) (1) as implemented by FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements for an Access Control Security Management System. The Pegasus 2000 Security Management System is a Johnson Controls proprietary software system presently providing security of building 227, 230 and 640 on Robins AFB. Buildings 227 and 230 will connect to the new Software Support Facility, therefore it is more cost effective to procure and install the existing Johnson Controls, Inc system in this facility rather than replacing the entire system in all three facilities to make them compatible. Although Johnson Controls, Inc is not the only supplier of Security Management Systems, they are the only supplier able to deliver a fully integrated product to meet the existing infrastructure needs which are vital to securing the Software Support Facility. The Johnson Controls Security Management System will interface with the existing security management system and provide for all the control and monitoring functions required within the facility. This is not a competitive solicitation and quotes are not being requested. Any other responsible source capable of meeting the requirement may submit technical, delivery, pricing, and past performance data sufficient to determine capability. However, the determination to compete or not to compete this requirement is solely at the discretion of the Government. To be considered, any such documentation must be received NLT 27 July 2009, 12:00PM EST. Only electronic submissions will be accepted and no extensions will be granted. All respondents must be registered in the Central Contractor Registration (CCR), ORCA, and have a valid DUNS number, Cage Code, and Tax Identification Number. *NOTE 22 applies* PR: F3QCCM9160A002 NAICS: 334290 This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-23 dated 26 Dec 2007. The following clauses are applicable to subject notice: 52.212-1 - Instructions to Offerors - Commercial (full text); 52.212-2 - Evaluation - Commercial Items (full text) - The evaluation factors shall be: Price and Price related factors, Conformance to performance specifications. 52.212-3 - Offeror Representations and Certifications - Commercial Items (full text). The rule is effective January 1, 2005. This final rule requires offerors to provide representations and certifications electronically via the BPN website; to update the representations and certifications as necessary, but at least annually, to keep them current, accurate and complete. The website is as follows: http://www.bpn.gov; 52.212-4 - Contract Terms and Conditions - Commercial Items (incorporated by reference); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (full text). 52.222-26 - Equal Opportunity 52.223-5 - Pollution Prevention and Right-to-Know Information 52.232-33 - Payment by Electronic Funds Transfer 52.233-3 - Protest After Award 52.247-34 - F.o.b. Destination 52.252-2 - Clauses Incorporated by Reference. The full text of a clause may be accessed electronically at this/these address(es): Regulations URLS: (Click on the appropriate regulation.) http://farsite.hill.af.mil/reghtml/far/farltoc/htm http://farsite.hill.af.mil/reghtml/dfars/dfarltoc.htm http://farsite.hill.af.mil/reghtml/affars/affarltoc.htm http://farsite.hill.af.mil/reghtml/afmcfars/afmcltoc.htm 252.204-7004 - Required Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Robins ZZ: Wide Area Workflow- Receipt and Acceptance (WAWF-RA) IAW 252.232-7003 Questions will NOT be answered by telephone. Interested parties may submit information for consideration of their capabilities and qualifications to Mr. Ryan Byrd at ryan.byrd@robins.af.mil. No questions will be answered after the closing of this notice, 27 July 2009 (12:00PM EST).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3QCCM9160A002/listing.html)
 
Place of Performance
Address: Georgia, United States
 
Record
SN01871625-W 20090712/090710235957-961b4a47f83103cad4f7df1f24a16f6a (fbodaily.com)
 
Source
FedBizOpps 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.