Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SOLICITATION NOTICE

D -- Access Control Systems - Access Control Docs

Notice Date
9/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road, VICKSBURG, Mississippi, 39180-6199, United States
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ17R0015
 
Archive Date
10/4/2017
 
Point of Contact
Adrienne Bingham, Phone: 6016342702
 
E-Mail Address
adrienne.y.bingham@usace.army.mil
(adrienne.y.bingham@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Past Performance Questionnaire Questions and Answers Sections L & M PWS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Competitive quotes are being requested under solicitation number W912HZ17R0015. This Request for Quote (RFQ) is a 100% set aside for small businesses. The associated North American Industry Classification System (NACIS) code for the procurement is 541519 and the Small Business size standard is $27.5M. This procurement is being conducted in accordance with regulations at FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. The US Army Corps of Engineers, Engineer Research and Development Center has a requirement for an access control system for three (3) of its locations that will vet individuals entering into its facility, by verifying they have no outstanding arrest warrants and the identification they present is not fraudulent. The system must do National Crime Information Center (NCIC) checks and terrorist watch list checks all while securely storing Personally Identifiable Information on site only. Supplies shall be in accordance with the standards contained in the specifications. Reference the following attachments posted with this solicitation under additional documentation at the bottom of this announcement: Attachment A - Access Control System PWS Attachment B - Access Control System - Section L and M Attachment C - Access Control System - Questions & Answers Attachment D - Past Performance Questionnaire The government intends to make a single award for one lump sum. Offers for less than the required items will not be accepted. The Government intends to award without discussions while reserving the right to hold discussions if determined advantageous to the Government. Offerors are encouraged to provide their best proposed pricing in their initial offer. In accordance with the specifications provided, award shall be made to the responsible offeror whose quote is determined to be the Lowest Price Technically Acceptable. Bid Schedule: CLIN 0001 - Hardware/Sofware/Installation/Configuration/Training and all other related services Total Amount_______ Option 1 CLIN 0002 - Sofware/License Subscription/Renewal Total Amount_______ Option 2 CLIN 0003 - Sofware/License Subscription/Renewal Total Amount_______ This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95 (01/13/2017) and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 20161222, (12/22/2016). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. The following provisions apply to this acquisition: 52.202-1 Definitions 52.203-5 Covenant Against Contingent Fees 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards 52.204-99 System for Award Management Registration (Deviation) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 Offeror Representations and Certification - Commercial Items 52.212-4 Contract Terms and Conditions Commercial 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.243-1 Changes - Fixed Price 252.211-7003 Item Unique Identification and Valuation 252.212-7000 Offeror Representations and Certifications - Commercial Items NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE BEING ELIGIBLE FOR CONSIDERATION FOR AWARD. Information concerning SAM requirements may be viewed via the internet at SAM.gov. Interested parties must include, with their quote, their CAGE code, Past Performance Questionnaire, and a completed 52.212-3 Offeror Representations and Certification or state that the offeror has completed Offeror Representations and Certification. Any product literature containing specifications for quoted product shall be submitted as well. Interested parties may submit quotes for consideration by the Government to adrienne.y.bingham@usace.army.mil not later than Tuesday 19 September 2017 - 2:00 PM CST. Oral communications are not acceptable in response to this notice. Please use the solicitation number referenced in the subject line. Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS) to existing ones.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W912HZ17R0015/listing.html)
 
Record
SN04673516-W 20170914/170912232419-65b4c90545f234c3f7c7f8647a123e2f (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.