Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2010 FBO #2994
SOLICITATION NOTICE

71 -- Electronic Key Management System Cabinet

Notice Date
2/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
USPFO for New Jersey, 3601 Technology Drive, Room 112, Ft Dix, NJ 08640
 
ZIP Code
08640
 
Solicitation Number
W81FEE00150001
 
Response Due
2/16/2010
 
Archive Date
4/17/2010
 
Point of Contact
Lewis Ayers, 609 562-0227
 
E-Mail Address
USPFO for New Jersey
(lewis.ayers@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. 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. This announcement constitutes the only solicitation quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote, solicitation number SB3100-7008-3083. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-15, Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20070122. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil This acquisition is 100 small business set aside. The associated North American Industry Classification System (NAICS) Code is 337215 and the small business size standard is 500 employees. The Regional Training School Maintenance at Fort Dix, NJ has a requirement for an Electronic Key Management System for 288 keys. System must have a wall mountable, steel cabinet or cabinets that are modular and scalable and fit into a 3 foot wide 5 foot high space. It must be 110 volt AC powered with a 48 hour back-up battery. Access to the cabinet shall be through a built-in keypad and have an illuminated digital readout to display which clearly displays messages and prompts. The security manager shall be able to assign five different levels of access and 2,000 user codes with PINs. There must be highly illuminated key slots locate each key and show that a key is been dispatched. System shall detect and record a key returned to any location. The system shall deny access to a user when the user has not returned a previously dispatched key. An alarm shall sound upon forced entry/dislodged key and or key not returned. This system shall also include 288 Smart Keys which fit into each key slot and identify each key via identification chip. Price of this system shall include delivery, installation, manuals, a two-year warranty on parts, unlimited telephone support, and a one-time training session that covers: set-up and installation, hardware and parts identification, programming and customization, accessories, system maintenance and software navigation and functions. The following FAR and DFARS clauses and provisions apply to this acquisition. The full text version may be viewed at http://farsite.hill.af.mil/ FAR 52.212-1 Instructions to offerors-Commercial Items applies to this acquisition along with the followed addenda to this provision: To receive an award resulting from this solicitation, offerors MUST be registered in the DoD Central Contractor Registration (CCR) Database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov The following provision is hereby added as an addendum to FAR 52.212-1: FAR 52.212-2 Evaluation Commercial Items Evaluation for award shall be in accordance with FAR 13, Simplified Acquisition procedures, Subpart 13.106-2, Evaluation of Quotations or Offers. The government intends to award a Firm-Fixed price contract resulting from this notice on an all or none basis to the responsible offeror whose offer is the lowest price which meets product requirements. FAR 52.212-3 Offeror Representations and Certifications- Commerical Items. Offeror must submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with their proposal or indicate that the registration has been completed at the ORCA website http://www.orca.bpn.gov. Failure to include this information with the price proposal may render an offeror ineligible for award. FAR 52.212-4 Contract Terms and Conditions-Commercial applies to this acquisition. The following clause is hereby added as an addendum to FAR 52.212-4: FAR 52.247-34 F.O.B. Destination FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items apply to this acquisition. The following additional FAR clauses are applicable to this requisition: FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of segregated facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.225-13 Restriction on Certain Foreign FAR 52.232-33 Payments by Electronic Funds Transfer-Central Contractor Registration FAR 52.232-36 Payment by Third Party FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items applies to this acquisition DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercials Items. The following additional clauses/provisions are applicable to this requisition: DFARS 252.225-7016 Restriction on research and development DFARS 252.232-7003 Electronic Submission of Payments Requests DFARS 252.247-7023 (ALT III) Transportation of Supplies by Sea DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM). Price quotations, technical information and certifications at FAR 52.212-3 must be submitted via one of the following methods by : 1700HRS EST 16 JAN 2010 (1) email to: lewis.ayers@us.army.mil (2) facsimile to: Lewis Ayers, 609 562-0229 In accordance with the above date and time, failure to submit all of the above requested information may result in the proposal being eliminated from consideration for award. The Point of Contact for further information regarding this synopsis/solicitation is Lewis Ayers, Procurement Technician, phone: 609 562-0227. Set-aside code: Total Small Business Place of performance: RTS-M, 3601 Technology Drive, Fort Dix, NJ 08640 UNITED STATES
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA28/W81FEE00150001/listing.html)
 
Place of Performance
Address: RTS-M 3601 Technology Drive Ft Dix NJ
Zip Code: 08640
 
Record
SN02055532-W 20100204/100202235210-88b0a326643016531f594dd57ff8dc0c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.