Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2010 FBO #3136
SOLICITATION NOTICE

99 -- Security Systems Services

Notice Date
6/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Research Facilities/Office of Acquisitions, 13 South St., Room 2E43, MSC 5711, Bethesda, Maryland, 20892-5738
 
ZIP Code
20892-5738
 
Solicitation Number
NIHOF2010278
 
Point of Contact
Anazette Andrews, Phone: 301-443-3111
 
E-Mail Address
Andrewsa3@mail.nih.gov
(Andrewsa3@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: NIHOF2010278 Notice Type: Combined Synopsis/Solicitation Classification Code: 7382-Security Systems Services NAICS Code: 561621-Security Systems Services (except Locksmiths) The National Institutes of Health is conducting a MARKET SURVEY to determine the availability and capability of business sources, including, HUBZone, Service-Disabled Veteran-Owned, 8(a), veteran owned, Women-Owned, or small disadvantaged business concerns capable of providing the requirement described below. This notice is conducted according to FAR subpart 19.2 to survey the capabilities of small business to provide the required services/supplies. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is NIHOF2010278 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-41 (April 13, 2010). The North American Industry Classification System (NAICS) Code is 561621 and the size standard is $12.5 million. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. It is the intent of the National Institutes of Health (NIH), Office of Research Facilities (ORF), Office of Acquisitions, to procure for the Division of Property Management, two (2) Morse Key Watchers. DESCRIPTION OF REQUIREMENT: Contractor shall provide all labor and material to install two (2) Morse Key Watchers, one with 48 individual locking slots in Building 10, Room B1n108 and the second with 160 individual locking slots in Building 13, Room B1375. The Contractor shall remove all trash and debris from the job site and render an area free of dust and dirt and shall provide on-site testing and training. Submittal The Contractor shall submit in writing, fact and data sheets on proposed materials installation 7 days prior to starting work. Reports At the completion of the contract, the contractor shall provide the Project Officer with three reports including complete submittal of materials provided and work performed. These reports shall include as found conditions and recommendations for further required work that is not included on this project. Schedule 1. The Contractor shall notify the Project Officer, prior to beginning work for verification of location, scheduling and posting of required (WORK AREA) signs. Notify the Project Officer at the conclusion of the project for inspection and approval for payment. 2. The project shall be scheduled during normal working hours (weekdays). All work shall proceed until such timeless of performance is necessary to safeguard life or property. Request for deviation from normal working hours shall be submitted in writing to the Project Officer. The Government shall not be held responsible for any additional cost incurred by the contractor due to errors in scheduling. 3. The Contractor shall be required to commence work within fifteen (15) calendar days after the contractor receive the notice to proceed, unless otherwise specified by the Project Officer. The Contractor shall complete the entire task ready for use within thirty (30) calendar days. The time stated for completion shall include final cleanup of the area. Quality Assurance 1. Site Visit - It is recommended that all contractors visit the work site before bidding on the contract as to verify location, working conditions, and scope of work. Key Watcher for Building 13 1. 001- 6-Module Cabinets, Qty 2 (Each is 27.5"w. x 29.5"h. x 9.75"d., plus Control Box below Main Cabinet 2. 002-16 Slot Modules (for smaller key sets), Qty 8; 3. 003- 8-Slot Modules (for larger key sets), Qty 4 4. 004- 160 Tamperproof Smartkey Fobs 5. 005- Lantronix Serial Server (for Ethernet operation) 6. 006-Numeric keypad and LCD Display 7. 007- Key-Pro III PC Software for Windows 8. 008- Hardware and Sofware E-Manuals 9. 009- Free Lifetime Technical Support 10. 010- Two-Year Manufacturer's Hardware and Software Warranty 11. Qty. (1) Gamma Scintillation Detector Key Watcher for Building 10 1. 001- 6-Module Cabinets, Qty 2 (Each is 27.5"w. x 29.5"h. x 9.75"d., plus Control Box) Cabinet shown at right without Standard Front Locking Door; 2. 002-8 Slot Modules, Qty 6; 3. 003- 50 Tamperproof Smartkey Fobs; 4. 004- Lantronix Serial Server (for Ethernet operation) 5. 005- Numeric keypad and LCD Display 6. 006-Key-Pro III PC Software for Windows 7. 007-Hardware and Software E-Manuals; 8. 008-Lifetime Technical Support 9. 009-Two -Year Manufacturer's Hardware and Software Warranty Performance Specification: 1. Key watcher with 160 individual locking slots, eight (8) 16 slot module, Four (4) 8 slot modules, 160 tamperproof smart key Fobs, Lantronix serial server, numeric keypad and LCD display, key-pro III PC software for windows, lifetime technical support 2. Key watcher with 48 individual locking slots, one 6 module cabinet with six (6) 8 slot modules, 50 tamperproof Smart key Fobs, Lantronix serial server, numeric Keypad and LCD display, key-pro III PC software for windows, lifetime technical support. New equipment ONLY, NO remanufacturer products, and no "grey market". Offerors must be authorized resellers/OEM suppliers. This acquisition is firm fixed price and solicited on a Brand Name basis in accordance with FAR 6.302-1. Configuration and compatibility issues justify the use of brand names. Only Open Market Pricing will be considered. This is an all-or-none requirement. Partial quotes will be deemed unresponsive and will not be evaluated. The Government will award a single purchase order to the responsible offeror whose offer conforms to the requirements, as stated, in this synopsis and is most advantageous to the Government based on the lowest price, technically acceptable. The Government reserves the right to make an award without discussions. The offer must include complete copies of the following provisions: (1) FAR Clause 52.212-1, Instructions to Offerors-Commercial (JUNE 2008); (2) FAR Clause 52.212-2, Evaluation Commercial Items (JAN 1999). As stated in FAR Clause 52.212-2(a), the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (a) technical evaluation, (b) price; (3) FAR Clause 52.212-3, Offeror Representation and Certifications-- Commercial Items (AUG 2009); (4) FAR Clause 52.212-4, Contract Terms and Conditions --Commercial Items (MAR 2009); and (5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-- Commercial Items (FEB 2010). This action is under the authority of 41 U.S.C. 253(c)(1), as set forth in FAR 6.302-1 and HHSAR 306.302-1. Only one responsible source and no other supplies or services will satisfy agency requirements. Interested parties may identify their interest and capabilities to respond to the requirement by submitting a quote for brand name equipment or the equivalent or EXACT MATCH only. This notice of intent is not a request for competitive quotations, however, all responses received within fifteen (15) days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the delivery terms (Destination or Origin), the Duns and Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. NOTE: In order to receive an award from the Government, the contractors must have a valid registration in the Central Contractors Registration (CCR) www.ccr.gov. The clauses are available in full text at https://www.acquisition.gov/FAR/loadmainre.html. Interested vendors capable of furnishing the Government with the items specified in this synopsis should submit their quotation to Andrewsa3@mail.nih.gov. Quotations will be due July 8, 2010, at 3:00 pm (EST). The quotation must reference Solicitation Number NIHOF2010278. Quotes must be valid for sixty (60) days after due date. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Faxed copies will not be accepted. E-mail copies will be accepted. "Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Any solicitation resulting from the analysis of information obtained will be announced to the public in Federal Business Opportunities in accordance with the FAR Part 5. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/NIHOF2010278/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02187009-W 20100626/100624234901-3309075dc704f451322126a9782ff3f3 (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.