Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
MODIFICATION

63 -- Proximity Badge Readers

Notice Date
9/14/2009
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
 
ZIP Code
80914-1385
 
Solicitation Number
FA2517-09-T-6170_Proximity_Badge_Readers
 
Archive Date
9/16/2009
 
Point of Contact
Juanita E. Remington, Phone: 7195564939, Larry D. Sizer, Phone: 719-556-0232
 
E-Mail Address
Juanita.Remington@Peterson.af.mil, larry.sizer@peterson.af.mil
(Juanita.Remington@Peterson.af.mil, larry.sizer@peterson.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) The government intends to make a sole source purchase in accordance with FAR Part 13 at Peterson Air Force Base, Colorado. (ii) This announcement constitutes the solicitation only. The government intends to make a sole source purchase from Faith Enterprises Incorporated on or about 19 September 2009. Per Far Part 6.302-1(ii) we are amending this solicitation award date to 15 Sept 09 at 12:00 p.m. (iii) This notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13, 28 Sep 06. (iv) This acquisition is procured as total small business set-a-side. A single award will be made as a result of evaluation of offers. The North American Industry Classification System (NAICS) is 561621 and the size standard is $12.5M. (v) See attached document for listing of items, quantities and units of measure. (vi) A description of requirements for satellite communications equipment to be purchased is Cross Technologies or equal. Salient Characteristics are: Install an ACU in rooms 310 and 321 and run comm. lines to respective rooms 304 and 323. Remove existing magstripe card readers, cipher locks, exit buttons and BMS. Install (2) HID card readers with keypads, (2) HID exit readers, (2) BMS, (7) Motion detectors and (2) IKE keypads. Program the devices and verify operation at the 21SFS alarm desk. The current security system does not lend itself to peripheral interfacing. There are no other brands that have been proven to be compatible with the current system. Additional Information: Due to the sensitivity of the areas to be secured, the inability for past efforts to interface (and incorporate) the functionality required, and the assuredness of voiding the warranty on the current system, the government intends on awarding this effort to Faith Enterprises Incorporated. (vii) The date of delivery is NLT 30 days from date of award to HQAFSPC/PA 150 Vandenberg St Suite 1105, Peterson AFB, CO 80914-1294. (viii) Provision at 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition: a. As part of your quote submission you are required to include price information. DUNS, Cage Code, tax ID, terms and conditions. b. All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. Please provide quote expiration date and best delivery schedule. c. All firms must provide a copy of standard warranty with quote submission. (ix) FAR 52.212-2(a) Evaluation-Commercial Items, applies to this acquisition. Evaluation will be based on Lowest Price Technically Acceptable. (x) The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (FEB 2009), is applicable to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2008), applies to the acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (FEB 2009) (DEVIATION), applies to this acquisition: a) FAR 52.203-14, Display of Hotline Poster(s) (DEC 2007) b) FAR 52.222-3, Convict Labor (JUN 2003) c) FAR 52.222-26, Equal Opportunity (MAR 2007) d) FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) e) FAR 52.222-50, Combating Trafficking in Persons, (FEB 2009) f) FAR 52.233-3, Protest after Award (AUG 1996) g) FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) h) FAR 52.222-21, Prohibition of Segregated Facility (FEB 1999) i) FAR 52.222-22, Previous contracts and Compliance Reports (FEB 1999) j) FAR 52.225-1 Buy American Act - Supplies (FEB 2009) k) FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (xiii) The following additional requirements or terms or conditions apply to this acquisition: a. DFARs clauses apply to this acquisition: 1) DFARS 252.204-7004 Alternate A, Central Contractor Registration (SEP 2007) 2) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement statues Executive Orders applicalble to Defense acquisitions of commercial items (JAN 2009) 3) DFAR 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) 4) DFAR 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) 5) DFARS 252.225-7016, Restrictions on Acquisition Balls and Roller Bearings (MAR 2006) b. Unique provision and clauses and apply to this acquisition: 1) AFFARS 5352.201-9101, Ombudsman (AUG 2005): (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, Co 80914-4350, 719-554-5250, fax 719-554-5299, a7K.wf@afspc.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 2) FAR 52.211-6 Brand Name or Equal (AUG 1999) (xv) The 21st Contracting Squadron, Peterson AFB, Colorado, intends to award a sole source commercial purchase order in accordance with FAR Parts 12 & 13. This notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13, 28 Sep 06. The North American Industry Classification System Code [NAICS] is 561621 and the size standard is $12.5M. The Government has determined that Faith Enterprises Incorporated installed and maintains a security system that does not lend itself to peripheral interfacing. There are no other brands that have been proven to be compatible with the current system. Due to the sensitivity of the areas to be secured, the inability for past efforts to interface (and incorporate) the functionality required, and voiding the warranty on the current system the government intends on awarding this effort to Faith Enterprises Incorporated. Submit quotes are to be received no later than 4:00pm MST, 18 September 2009 at email address: juanita.remington@peterson.af.mil or via fax (719) 556-4538. (xvi) Contact Juanita Remington at (719) 556-4939 for questions regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-09-T-6170_Proximity_Badge_Readers/listing.html)
 
Place of Performance
Address: Peterson AFB, Colorado, 80914-1055, United States
Zip Code: 80914-1055
 
Record
SN01954325-W 20090916/090915001826-f810f1405b0d86428088f30cce52850e (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.