Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2011 FBO #3366
MODIFICATION

K -- Door Conversion with Key Card System

Notice Date
2/9/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
1201 New York Ave NW, Washington, DC 20525
 
ZIP Code
20525
 
Solicitation Number
CNSHQ11T0006
 
Response Due
2/7/2011
 
Archive Date
8/6/2011
 
Point of Contact
Name: Tucker Smith, Title: Contract Specialist, Phone: 202-606-3232, Fax: 202-606-3488
 
E-Mail Address
tsmith.guest@cns.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is CNSHQ11T0006 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-49. The associated North American Industrial Classification System (NAICS) code for this procurement is 332321 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-02-07 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Perry Point, MD 21902 The Corporation for National Service requires the following items, Meet or Exceed, to the following: LI 001, Door Installation and Keyless Magnetic Key Card System Task 1: Remove current pneumatic sliding door mechanism and hardware, 1, JB; LI 002, Door Installation and Keyless Magnetic Key Card System Task 2: Furnish And Install ONE ( 1 ) Dura Glide 2000 Automatic Bi-Parting Sliding DoorPackage With StanGuard Safety System, Doorway Holding Beams, Dual SU 100 Motion Sensor Activation, Narrow Stile, Emergency Egress On Sliding Leafs Only, 1/4" Clear Tempered Glass, Adams Rite MS Locking. Finish To Be Dark Bronze Anodized Aluminum. Intelligent System Controller 12 VAC Or 12 VDC, (5 Year Lithium Battery Or 3 Months Full Run) 512K Standard Memory And Stand- Offs, Rohs, Ce And UL294 Certified. Dual Reader Interface Module (Series Two) 12/24 VDC, 2 Reader Interface, W/M, 8 Inputs, 6 (5A) Form C Relays, Rohs, Ce And UL294 Certified Lenel UL Listed Hardware Enclosure (12X16 X4.5) Only With Lock And Tamper Switch Support Up To Two Lenel Access Hardware Modules (UL Approved)Basis 32ES Server Software License On CDROM Includes Basis Server Software ROM Licenses For System Administration, License Server, Import, Communication Server, Alarm Monitoring, Mapdesigner, Cc. Magnetic Card Access Reader 12 VDC, Track 2 Weatherized, One-Million Pass Extended Wear Read Head, (No Keypad Available), Black, Tamper Not Available On This Reader. (UL Approved). Altronix Al600ULX-R 12/24 VDC 5A Fire Listed Red Cab and Mag-strip Encoder, 1, JB; LI 003, Door Installation and Keyless Magnetic Key Card System Task 3: Test new electric sliding door and key card mechanism, 1, JB; LI 004, Door Installation and Keyless Magnetic Key Card System Task 4: Remove all debris and coordinate the return of the current system to the COTR, 1, JB; LI 005, Door Installation and Keyless Magnetic Key Card System Task 5: Lubricate all metal on metal contact areas, 1, JB; LI 006, Door Installation and Keyless Magnetic Key Card System Task 6: Clean the glass, metal, floor and area around the worksite, 1, JB; LI 007, Door Installation and Keyless Magnetic Key Card System Task 7: Reuse the existing activation circuits if functional, 1, JB; LI 008, BASE YEAR Maintenance and Repair Task 1: Provide Quarterly Inspections and Preventive Maintenance Plan within two weeks of the award of the contract, 4, QTR; LI 009, BASE YEAR Maintenance and Repair Task 2: Provide flat rate for preventive maintenance recommended by the manufacturer, 1, EA; LI 010, BASE YEAR Maintenance and Repair Task 3: Provide cost per hour for standard, within 48 hours, and emergency calls, within 4 hours, to include weekends and holidays, 1, HR; LI 011, BASE YEAR Maintenance and Repair Task 4: Provide an estimate for COTR requested work, over $250 prior to the performance of the repair. This includes parts and labor. Include glass replacement if available, 1, JB; LI 012, BASE YEAR Maintenance and Repair Task 5: Provide estimate for no more then two (2) calls per month for twelve (12) months., 1, YR; LI 013, Warranty: The contractor shall warranty the parts and labor associated with the installation and repair of the door for one year, 1, YR; LI 014, OPTION YEAR 1: Preventative Maintenance and Emergency Call Services, 1, YR; LI 015, OPTION YEAR 2: Preventative Maintenance and Emergency Call Services, 1, YR; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Corporation for National Service intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Corporation for National Service is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. SEE ATTACHED STATEMENT OF WORK WHICH INCLUDES: 1) GENERAL REQUIREMENTS 2) TASKS 3) FINAL ACCEPTANCE / DELIVERABLES 4) GOV'T FURNISHED EQUIPMENT AND SERVICES 5) PREPARATION, COORDINATION, ACCEPTANCE 6) PERIOD OF PERFORMANCE 7) LIST OF DELIVERABLES 8) WARRANTY 9) ACCOUNTS AND INVOICING The contract will be for the period of one year and two option years, from the date of installation or award whichever is the latest The contractor shall warranty the parts and labor associated with the installation and repair of the door for one year Quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award; Please contact Dernard Williams at 410-642-2411 x6847, dxwilliams@cns.gov, or Dave Beach at 443-995-7807, dbeach@cns.gov; The Site Visit will be administered on Tuesday February 1, 2011 from 11 AM EST to 12 PM EST at Building 9H, NCCC Atlantic Region Campus, VA Medical Center, Perry Point, MD, 21902 The McNamara-O'Hara Service Contract Act (SCA), 41 U.S.C 351, WD 05-2097 (REV-12) applies to this contract. See Attachment. For more information visit www.dol.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/CNSHQ11T0006/listing.html)
 
Place of Performance
Address: Perry Point, MD 21902
Zip Code: 21902
 
Record
SN02376409-W 20110211/110209234403-ca8462ec6ff3f79ce427edf2c892cb7e (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.