Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2012 FBO #3872
SOLICITATION NOTICE

N -- Identicard 9000 series upgrade

Notice Date
6/29/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060412T3147
 
Point of Contact
JESSICA VICTOR 808-473-7614
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-12-T-3147. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-59, and DFARS Change Notice 20120615. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 561621 and the Small Business Standard is $12.5M. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b)(1)(i). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The NAVSUP FLC Pearl Harbor Contracting Office requests responses from qualified sources capable of providing: CLIN 0001 Provide and Install the following software and hardware in accordance with the Performance Work Statement (PWS): Access Control Equipment to include the following components: PremiSys Pro “ (3) Client License and (1) Badging Client, (1) PoE Controller w/Enclosure Controller, PoE (1) Reader Chipset, Upgrade for 9000 series Panel, 8 Reader Configuration Enclosure, Small, PoE Controller Programming “ Convert Existing Database, Training Power Supply, 12vdc 3amp w/ Enclosure and Battery Backup Mux, Data, RS-485, 8 Output Contractor shall begin services within 48 hours after receipt delivery of specified hardware. Completion of project shall end NLT 60 days after start date. Delivery Location for upgrade and installation will occur at the following JPAC locations: JPAC 310 Worchester Avenue, Bldg 45 JBPHH, 96853-5530 JPAC 310 Worchester Avenue, Bldg 46 JBPHH, 96853-5530 JPAC 310 Worchester Avenue, (12) Trailers JBPHH, 96853-5530 JPAC 275 South Avenue, Bldg 220 JHPHH, HI 96860 JPAC, DET 4, Bldg 287, Long Way Street JBPHH, HI 96860 Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984); 52.247-34, FOB Destination; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including : 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers With Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restriction on Foreign Purchase; 52.232-36, Payment by Third Party; 52.239-1, Privacy or Security Safeguards; Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alt A, Central Contractor Registration Alt A; 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; 252.223-7008, Prohibition of Hexavalent Chromium; 252.225-7000, Buy American Act and Balance of Payments Program Certificate; 252.232-7010, Levies on Contract Payments; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.247-7023 Alt III, Transportation of Supplies by Sea; 5252.204-9400, Contractor Access to Federally Controlled Facilities and/or Unclassified Sensitive Information or Unclassified IT Systems; This announcement will close at 08:00 a.m. (HST) on Monday, July 3, 2012. Contact Jessica Victor, Purchasing Agent, who can be reached at 808-473-7614 or email Jessica.victor@navy.mil. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, a combination of factors will be used. The final contract award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060412T3147/listing.html)
 
Record
SN02790089-W 20120701/120629234419-c9f4eba1f3ab8722f5dca8f3b5a95fac (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.