Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 06, 2015 FBO #5126
MODIFICATION

99 -- Final Bid - RFI ONLY- Electronic Key Management System

Notice Date
12/4/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
189 Marine Street, Saint Augustine, FL 32085
 
ZIP Code
32085
 
Solicitation Number
W911YN-15-T-0KMS
 
Response Due
9/8/2015
 
Archive Date
3/6/2016
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W911YN-15-T-0KMS 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 2005-84. The associated North American Industrial Classification System (NAICS) code for this procurement is 334118 with a small business size standard of 1,000.00 employees.This requirement is unrestricted 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 2015-09-08 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The National Guard - Florida requires the following items, Meet or Exceed, to the following: LI 001: This is a REQUEST FOR INFORMATION ONLY -- no pricing, quotes, or proposals are being requested nor will they be accepted. This is to determine if the capability exists for vendors to meet the Government's need.this is only a REQUEST FOR INFORMATION. Please upload a CAPABILITY STATEMENT.NOTE: Providing a capability statement will be at no cost to the Government. This RFI is for MARKET RESEARCH ONLY and may or may not result in a future request for quote and/or purchase order. The Florida Army National Guard is seeking Sources and Information on the following: 3 Each, Electronic Key Management Systems. The Electronic Key Management Systems are to be located at 3 Maintenance Facilities throughout Florida. The Systems are intended to provide locked, safe storage of keys, while providing accountability. The FLARNG requires the following specifications for Each System: -The 3 Systems will need to Store 600each, 600each, and 800each Keys and/or Key Rings respectively (with capability to expand preferred). -Systems run without use of Internet (the 3 Systems are not to be interconnected via network or LAN and can are to run independently). -System can provide printable reports (Must come with printer or, preferably, be compatible with existing printers. Required are various reports (some preferred report examples are: Usage, Key Status, Which User Has Which Key, etc.)). -System requires users secure access (i.e. PIN Access, Card Access, FOB Access, etc.) -System allows restricted user access to selected Key Positions (Certain Keys are only allowed to be utilized by certain personnel. Therefore, restriction of Certain Keys and/or certain Key Positions is required.) -Storage Cabinets can be wall mounted (To prevent users from having to constantly bend over) -Contractor Must come to each of the 3 locations, provide initial installation, setup, and instructions (if needed) -Contractor Must provide first (1) Year (At Least) of Support for the System. -Offers Must Not require any Monthly Fees. -Offers Must Not require any Licensing Fees. Firms with information regarding this acquisition please respond with capability statements, if there is a more accurate NAICS Code for this Acquisition, as well as what further information/specifications are needed in order to assess a firm?s capability and/or provide quotation. If Capable Firm(s) has this capability on a Federal Supply Schedule/GSA Contract, make it known in response., 3, EA; 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, National Guard - Florida intends to document bids online to be facilitated by the third-party Marketplace, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to document pricing. Offerors may submit bids during the specified period of time. National Guard - Florida 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. It is lkely that DFARS Clause 252.211-7003 will apply to the item(s) being procured. If that is the case, any potential Seller will be required to provide IUID Labeling on the item(s). Buyer suggests that familiarization with the requirements at DFARS 252.211-7003 be conducted by sellers. If IUID is required and a Seller cannot have IUID Lableing performed on the End Item(s), they will be deemed unable to satisfy the requirement in its entirety. DFARS 252.211-7003 in its entirety is attached to this Buy: SUMMARY: The Buyer would like to verify through Seller Response if the Required Product(s) are available through the Mandatory Sources of Supply/FSS/MAS (i.e. GSA). SELLER ACTION: If the Seller has the required items available through an FSS/GSA Schedule Contract, it is requested that the Seller Provides in their response to the RFI, the GSA Contract Number that the provided product(s) ARE on. This information can be provided in the Seller Specifications, Provided Capabilities Statement, and/or their Authorized Federal Supply Schedule Pricelist (a.k.a. Pricelist). This requirement will contain a Buy American Provision in it when it is posted for acquisition. This RFI Intends to find out where this product is Manufactured. Where the Item(s) are Manufactured, will dictate what kind of Set-Aside (If Any) is used. When responding to this RFI, please include where the End Item would be Manufactured. This way, an inappropriate Set-Aside is not used when posted, which would potentially exclude qualified buyers. 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. 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 https://www.acquisition.gov/far/. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. If you feel that your firm possesses the ability to provide these requirements, then you must respond by demonstrating your firm's technical capability and understanding. It is the Government's intent to disable the FedBid reverse auction function for this requirement. The contractors for this RFI should submit one dollar for their proposal cost. The contractors will then need to upload their technical by the proposal due date. Information submitted must be in sufficient detail to allow for a thorough government review of firm's interest and capabilities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/36d9d41a1507713ef73f4f6eaa17e44f)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN03961521-W 20151206/151204234711-36d9d41a1507713ef73f4f6eaa17e44f (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.