SOLICITATION NOTICE
63 -- Access Control Portal
- Notice Date
- 7/18/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- ACC-APG - TAO, ATTN: SFAE-PS-TAO-C, 1671 Nelson Street, Fort Detrick, MD 21702-5044
- ZIP Code
- 21702-5044
- Solicitation Number
- W904TE-12-Q-0002
- Response Due
- 8/17/2012
- Archive Date
- 10/16/2012
- Point of Contact
- Sherry LaBella, 301-619-1706
- E-Mail Address
-
ACC-APG - TAO
(sherry.l.labella.civ@mail.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. The solicitation number, W904TE-12-Q-0002, is issued as a request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. This requirement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The NAICS code is 561621, Security Systems Services (except Locksmiths), and the size standard is $12.5M. A firm fixed price contract will be established for the requirement to provide, install, test and implement a dual chamber Access Control Portal (ACP) for the INSCOM Server Room at Fort Belvoir, Virginia in accordance with the Statement of Objectives (SOO) dated 13 July 2012. The Quality Assurance Surveillance Plan (QASP) will be provided for informational purposes. Interested vendors must provide point(s) of contact, e-mail address(es), telephone number(s), company name and address(es) to the Contracting Officer via e-mail: sherry.l.labella.civ@mail.mil to request copies of the requirements documents, e.g., SOO, QASP, Contractor Reference Information, Past Performance/Performance Risk Assessment Questionnaire, Instructions to Offerors, and Evaluation Criteria. The requirements documents must be requested prior to the scheduled site visit. THE SITE VISIT IS SCHEDULED FOR 1000 EDT 31 JULY 2012. Interested vendors shall meet at the INSCOM Headquarters lobby, 8825 Beulah St, Fort Belvoir, VA, 22060. Proof of U.S. citizenship (e.g., government-issued identification) is required to participate in the site visit. Attendance at the site visit is mandatory in order to submit a proposal. Questions shall be submitted to sherry.l.labella.civ@mail.mil no later than 1000 EDT 2 August 2012. The vendor shall provide a turn-key solution for a dual chambered Access Control Portal that encompasses or meets the criteria as detailed in the Statement of Objectives for installation and implementation and materials requirement, weapons detection and ballistics, capabilities, emergency power, special needs and disabled personnel requirements, emergency exit, provide and test a workable mock-up or configurable model at Contractor location prior to shipment and installation at the customer site, conduct site acceptance tests, provide test and acceptance report, and provide documentation. The Offeror shall define a technical approach that details all aspects of the installation including the following: floor plans, timelines and work schedule, electrical requirements, structural requirements, Information Technology or network requirements, emergency egress plans, detailed capabilities, demolition and removal/disposal of ripped out materials, lifecycle maintenance requirements, a list stipulating Government Furnished Equipment, and expected Government site preparations. PROVISIONS & CLAUSES: The following provisions and clauses are applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), 52.252-2 Clauses Incorporated by Reference (Feb 1998), 52.212-1 Instructions to Offerors Commercial Items (Feb 2012), 52.212-2 Evaluation Commercial Items (Jan 1999) (The Government will award a contract based on Best Value. Evaluation factors are Technical Approach, Past Performance/Performance Risk, and Price/Cost. Technical Approach and Past Performance/Performance Risk are equal. Technical Approach and Past Performance/Performance Risk, when combined, are more important than Price/Cost.), 52.212-3 Offeror Representations and Certifications Commercial Items (Apr 2012) (The offeror must have completed Online Representations and Certifications Application (ORCA). The website address is https://orca.bpn.gov.), 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2012), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2012) (Additional 52.212-5 clauses cited in the clause applicable to this acquisition are (b)(1), (6), (12), (14), (17), (23), (26), (27), (28), (29), (30), (31), (32), (37), (38), (42), and (47)), 52.225-8 Duty Free Entry (Oct 2010), 52.227-01 Authorization and Consent (Dec 2007) 52.227-02 Notice and Assistance Regarding Patent and Copyright Infringement (Dec 2007), 52.227-03 Patent Indemnity (Apr 1984), 52.227-06 Royalty Information (Apr 1984), 52.227-09 Refund of Royalties (Apr 1984), 52.239-1 Privacy or Security Safeguards (Aug 1996), 52.244-5 Competition in Subcontracting (Dec 1996), 52.246-1 Contractor Inspection Requirements (Apr 1984), 52.247-34 F.O.B. Destination (Nov 1991), 252.204-7000 Disclosure of Information (Dec 1991), 252.204-7003 Control of Government Personnel Work Product (Apr 1992), 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009), 252.201-7000 Contracting Officer's Representative (Dec 1991), 252.204-7004 Required Central Contract Registration - Alternate A (Sep 2007) for FAR 52.204-7, 252.211-7003 Item Identification and Valuation (Jun 2011), 252.212-7000 Offeror Representations and Certifications--Commercial Items (Jun 2005), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2012) (Additional 252.212-7001 clauses cited in the clause applicable to this acquisition are (a), (b)(6), (9), (16), (21), (26) and (29). The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Due to space constraints, certain clauses that are normally provided in full text have been included as reference only. For a complete copy of the SOO, QASP, Contractor Reference Information, Past Performance/Performance Risk Assessment Questionnaire, Instructions to Offerors, and Evaluation Criteria, please send your request to sherry.l.labella.civ@mail.mil. Proposals shall detail all aspects of the installation including the following: floor plans, timeliness and work schedule, electrical requirements, structural requirements, information technology or network requirements, emergency egress plans, detailed capabilities, demolition and removal/disposal of ripped out materials, lifecycle maintenance requirements, a list stipulating Government Furnished Equipment, and expected Government site preparations. Proposals are required to be submitted no later than 1200 Eastern Daylight Time, 17 August 2012 and must include the following: Company name, address, phone numbers, DUNS number, CAGE code, proposal, statement that ORCA has been completed. Quotes shall be delivered via e-mail to sherry.l.labella.civ@mail.mil. Zip files are not acceptable. Offers shall be firm for 60 calendar days from the date specified for receipt of offers. Please direct any questions regarding this solicitation to sherry.l.labella.civ@mail.mil. Access Control Portal shall be completed, installed, tested, and implemented at Fort Belvoir, Virginia 90 days after award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/93d34179ddbf14bbe30cdd717b265a63)
- Place of Performance
- Address: ACC-APG - TAO ATTN: SFAE-PS-TAO-C, 1671 Nelson Street Fort Detrick MD
- Zip Code: 21702-5044
- Zip Code: 21702-5044
- Record
- SN02807395-W 20120720/120718235811-93d34179ddbf14bbe30cdd717b265a63 (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 |