Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
SOLICITATION NOTICE

99 -- High Security Doors

Notice Date
4/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332321 — Metal Window and Door Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-12-T-0134
 
Archive Date
5/22/2012
 
Point of Contact
Josephine Ocampo, Phone: 757-893-2797
 
E-Mail Address
josephine.ocampo@vb.socom.mil
(josephine.ocampo@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for Commercial Items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-12-T-0134, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57 effective 15 Mar'12. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 332321 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services Brand name or equal item, for equal item/s please provide specifications along with your quote in order to be considered for award Contract Line Item Number (CLIN) 0001 Door, Blast Resistant opening, see Section C for Specifications Quantity 6 each CLIN 0002 Door, Attack Resistant thermal unit door openings, see Section C for Specifications Quantity 6 each CLIN 0003 Blast Resistant 1 Beam doors, see Section C for Specifications Quantity 6 each CLIN 0004 Blast Resistant opening doors, see Section C for Specifications Quantity 6 each CLIN 0005 Blast Resistant opening doors, see Section C for Specifications Quantity 5 each CLIN 0006 Maximum Security DOS Class 5 Vault Doors, see Section C for Specifications Quantity 5 each FOB Destination Section C Specifications CLIN 0001 - Six (6) - Blast resistant openings: • designed to withstand 200 PSI dynamic loading for up to 60 milliseconds in the seating direction or 400 PSI for up to 8 to 10 milliseconds • the rebound percentage is based on the structural response of the door • the doors shall remain operable after the blast event • 3'0" x 7'0" jamb opening size • channel frame with bar stop and masonry anchors for pouring into a new concrete wall • flush plate door at least 4" thick • weatherstripping and door bottom • factory installed heavy weight full surfaced hinges, multipoint lockset with lever handles on both sides of the door • heavy weight door pull on the outside of the door CLIN 0002 - Six (6) - Attack resistant thermal unit door openings: • 5'0" x 7'0" jamb opening size * formed security door frame • flush attack resistant door 4-1/2" thick to resist UL forced entry attack for up to 60 minutes and also a torch attack for up to 30 minutes • doors to be filled with a unique combination of material which when attached with an oxyacetylene torch will omit a large amount of noxious non-lethal smoke and fumes to obscure visibility. • heavy weight hinges with radial and thrust bearings • passive security bolts on the doors hinge edge • three point vault door style locking mechanism with lever handle • heavy weight door pull on the outside of the door CLIN 0003 - Six (6) - Blast resistant 1 beam doors: • designed to resist peak pressures of 250 PSI for a duration of 20 to 40 milliseconds or higher pressures of 500 PSI for 8 to 10 milliseconds and remain operable after the loading event • 3'0" x 7'0" jamb opening size • channel frame with bar stop and necessary anchors for pouring into a concrete wall • flush door fabricated from 8" WF with ½" thick outside skins • heavy weight hinges with radial and thrust bearings • four manually operated latchbolts, two at the top and bottom of each door leaf operated by a quick acting wheel on both sides of the door • heavy weight door pull for the outside CLIN 0004 - Six (6) - Blast resistant openings: • designed to withstand 200 PSI for 20 to 40 milliseconds and act as a barrier to attack • offer protection at higher pressures if a 5-10 ductility ration and greater than 2 degrees of edge rotation is permitted • 3'0" x 7'0" jamb opening size • angle frame • flush door 8" thick with ¼" thick plates on both sides to facilitate the filling of concrete by others in the field • neoprene gasketing • heavy weight hinges with radial and thrust bearings • manual latchbolts at the top and bottom of the inside only of the door leaf • heavy weight door pull on the outside of each door CLIN 0005 - Five (5) - Blast resistant openings: • designed to withstand 25 PSI dynamic loading for 50 milliseconds in the seating direction with 100% rebound • 3'0" x 7'0" jamb opening size • channel frame with bar stop and masonry anchors for pouring into a new concrete wall • flush plate door 2" thick • weatherstripping, automatic door bottom and threshold • heavy weight hinges • multipoint lockset with lever handles on the inside of each door only • surface mounted door closer CLIN 0006 - Five (5) - Maximum Security DOS Class 5 Vault Doors: • fabricated per Federal Specification AA-D-00600D • modified to withstand the 60 minute Department of State forced entry requirements • Department of State Code 2133 Certified • maximum masonry opening of 49" wide x 83" high • Type IR or IL, Style K (equipped with a KABA-MAS X-09 combination lock) • national stock number 7110-00-935-1882(L) or 7110-00-935-1885(R), depending on door swing • 40" x 78" clear opening size • frame designed to "clamp-on" to an 8" thick masonry wall with a 48-49" wide x 82-83" high masonry opening • flush door with three passive strikes on the "hinge side" of the door • heavy weight, full surfaced hinges • mortised three point locking device with lever handles on the "strike side" of the door Following Clauses and Provision applies to this procurement. CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions Jan 2012 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Feb 2012 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec 2010 FAR 52.211-6 Brand Name or Equal Aug 1999 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011 FAR 52.212-1 Instructions to Offerors - Commercial Items Feb 2012 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb 2012 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Feb 2012 FAR 52.219-6 Notice of Total Small Business Set-Aside Jun 2003 FAR 52.219-8 Utilization of Small Business Concerns Jan 2011 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Mar 2012 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010 FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans Sep 2006 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.222-99 Notification of Employee Rights Under the National Labor Relations Act (Deviation 2010-O0013) Jun 2010 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Oct 2003 Contractor Registration FAR 52.233-1 Alt I Disputes - Alternate I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Changes - Fixed Price Aug 1987 FAR 52.246-25 Limitation of Liability - Services Feb 1997 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252-204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan 2009 DFARS 252.211-7003 Item Identification and Valuation Jun 2011 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2012 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec 2009 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct 2011 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003 DFARS 252.225-7012 Preference For Certain Domestic Commodities Jun 2010 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.243-7002 Requests for Equitable Adjustments Mar 1998 DFARS 252.247-7023 Transportation of Supplies by Sea May 2002 SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan 2007 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil All FAR Representation and Certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance (i) Technical - Offeror shall provide drawings and detailed specifications that demonstrate that the items being proposed meet the specification identified in Section C. For CLIN 0006 offeror must further provide documentation that the items being offered meet Federal Specifications AA-D-00600D (www.everyspec.com), furthermore the offeror shall provide a DOS certification 2133. (ii) Past Performance - Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts/agreements for similar scoped projects performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (iii) Price -All line items will be reviewed for price reasonableness. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (APR 2011) - Alternate 1 Feb 2012 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Christine Anderson, telephone (757) 893-2715. SOFARS 5652.204-9003 Disclosure of Unclassified Information (Jan 2007) (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Jo Ocampo, Contract Specialist; Email address: josephine.ocampo@vb.socom.mil Quotes must be received no later than 04:00 PM. Eastern Standard Time (EST) on 7 May'12. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Jo Ocampo, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0134/listing.html)
 
Place of Performance
Address: 1636 Regulus Ave, Virginia Beach, Virginia, 23461, United States
Zip Code: 23461
 
Record
SN02721291-W 20120414/120413000319-1ca56d4d6a145290606d9492cdded170 (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.