Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
SOURCES SOUGHT

63 -- Purchase / Install Vindicator Badging System

Notice Date
9/1/2010
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, Hawaii, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
FA5215VindicatorBadgeSystem
 
Point of Contact
Deborah Starr, Phone: (808) 448-2973, Donald K. Thorndyke, Phone: 808-448-2955
 
E-Mail Address
deborah.starr@hickam.af.mil, keith.thorndyke@hickam.af.mil
(deborah.starr@hickam.af.mil, keith.thorndyke@hickam.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
This is a SOURCES SOUGHT NOTICE (not a Presolicitation notice pursuant to FAR Part 5) to identify sources that can provide Vindicator Badging System in accordance with the attached Statement of Work (SOW) for Hickam AFB, Hawaii. Responses are due by 1300 HST on 8 Sep 2010. Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The Contractor shall perform the functions necessary to: •Install VBM 2.0 Server (PC, Win Srvr, 17” LCD, MSDE Data Base) •Install VBM 2.0 Client on Workstation (PC, XP, Off Pro, 17” LCD, Cam Pkg, Printer, No Data Base) •Install Video Badging Camera Package for existing machine •Install VBM 2 Software Application for Client Badging Station for existing machine •Provide Installation Labor, Programming and Testing to include Customer Training •Customer training to provide and install a stand-alone Vindicator badging system, to include the workstation, camera, badging printer, and software for badging use. The system will not be connected to any access control or IDS systems. Vendor will install and connect the devices and set up the program. Vendor will provide end-user training, to include badge design, database entry, and badge printing. Vendor will demonstrate with 10-15 database entries and customer will input remainder of data base, if required. Vendor will demonstrate badge creation of 2-3 badge types and customer will design other badges, if necessary. •Provide Warranty – 1 year Equipment and Labor Warranty following system acceptance. Additional year warranties and Preventative Maintenance Plans are available upon •Location of Work – Hickam AFB Pass and Registration Office, Vickers Ave., Building 1113 •Period of Performance – •Access to work area will be provided •Work to be performed Monday through Friday, 7:30am to 4:30pm (Normal Business Hours) •All final camera locations will be designated by the customer •Any change to the Scope of Work occurring due to changes site conditions that develop during the contract will require the contractor to provide a Request for Change Order to the customer. This Request for Change Order will include a narrative of work to be performed, estimates of materials, labor and cost. The 647th Contracting Squadron (647 CONS/LGCB) is seeking information to identify sources to meet this requirement. Based on the outlined requirement, is your company interested and capable of providing this service? The anticipated contract type is firm fixed price contract. The contractor is required to provide an estimated time of completion for the contract. The NAICS for this project is expected to be 561621 with a $12.5 million size standard. Interested parties must be registered in the Central Contractor Registry (CCR). All potential sources are asked to submit capability packages expressing their interest. The capability packages must be clear, concise, complete and limited to no more than ten (10) pages, and shall include, at a minimum: (1) name and address of firm; size/ownership, i.e. large, small, small disadvantaged, 8(a), disabled-veteran, veteran, woman owned, and Hubzone; (2) number of years in business; (3) a point of contact with name, title, phone, fax, and email; (4) cage code and DUNS number; (5) identify if you are a GSA schedule holder; affiliate contractor (if potential sub) or subcontractors (if potential prime); experience and familiarity with providing the requested services. This survey is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 10. This notice is for informational purposes only and does not constitute a Request for Proposal, and is not considered a commitment by the government. The government will not reimburse contractors for any cost incurred for their participation in this survey. Large and small businesses are encouraged to participate in this survey. Respondents capable of satisfying the requirement stated herein should respond electronically to Debbie Starr via email at deborah.starr@hickam.af.mil or TSgt Keith Thorndyke at keith.thorndyke@hickam.af.mil by 1300 HST on 8 Sep 2010. Responses should contain Company Name, Address, Point of Contact, Email, Phone Number, Cage Code, Size of Business pursuant to NAICS Code 561621 (size standard $12.5 million), and an abbreviated listing of capabilities/credentials. Please contact Debbie Starr at (808) 448-2973 if you have any questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/15CONS/FA5215VindicatorBadgeSystem/listing.html)
 
Place of Performance
Address: Bldg 1113, Hickam AFB Hawaii, Hickam AFB, Hawaii, 96853, United States
Zip Code: 96853
 
Record
SN02263291-W 20100903/100901234947-408ce9c388582ba71e77a506cd0cbb1f (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.