SOLICITATION NOTICE
63 -- BridgePoint System and Installation
- Notice Date
- 8/31/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, PO Box 8368, MCB Camp Lejeune, North Carolina, 28547-8368
- ZIP Code
- 28547-8368
- Solicitation Number
- M67001-12-Q-0373
- Archive Date
- 9/26/2012
- Point of Contact
- Jennifer P. Darcey, Phone: 9104505406, Deborah L Woleslagle, Phone: 910-450-5405
- E-Mail Address
-
jennifer.darcey@usmc.mil, deborah.woleslagle@usmc.mil
(jennifer.darcey@usmc.mil, deborah.woleslagle@usmc.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 FAR Subpart 5.1 as supplemented with additional information included in this notice. This announcement constitutes the only publication. A written solicitation will not be issued. Solicitation number M67001-12-Q-0373 is issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. This solicitation is for 100% small business setaside. The North American Industrial Classification System (NAICS) code for this requirement is 561621, and the small business size standard is $12.5 million or 561622, and the small business size standard is $7 million. This is a "BRAND NAME OR EQUAL" procurement. The manufacturer's name, model number and part number in this solicitation have been provided to describe equipment deemed minimally capable of satisfying the Government's requirement. Manufacturer's names, model numbers, and part numbers are provided only to assist potential offerors in understanding the Government's requirement. The Government is not soliciting or suggesting a particular name brand, and will consider offers for any brand that fulfills the Government's needs listed below as "salient characteristics". Note: When two or more items are quoted at the same delivery price, we give preference to the small business concern per FAR Part 8.405-5(c ). Line item #000 1 QTY 4: Bridgepoint 2 Factor Entrypoint Reader. Description : Part # 74-01-2003. Salient Characteristics : MUST interface with existing BridgePoint Physical Access Control System (PACS), Contact and contacless card + PIN authentication, indoor and outdoor operational, high impact weather resistant, card slot with protective shutter to resist foreign object and rain, must support Government issued Smart Credentials. Line item #000 2 QTY 2: Bridgepoint 2 Factor Reader Weather Shield. Description : Part # 74-40-1001. Line item #000 3 QTY 1: Bridgepoint Integrated Controller w/ Power Supply and Enclosure. Description: Part # 82-02-2002. Line item #000 4 QTY 1: Bridgepoint Dual Reader Interface. Description : Part # 82-01-2100. Line item #000 5 QTY 4: Bosch Request-to-Exit Sensor. Description : Part # DS151i Manufacturer: Bosch. Line item #000 6 QTY 4: Aleph Armor Door Contact. Description : Part #PS-2022 Manufacturer: Aleph. Line item #000 7 QTY 1: HES Electric Strike w/ SMART Pac III. Description : Part # 8000 Manufacturer: HES. Line item #000 8 QTY 1: 6211 Electric Strike. Description : Part #6211 Manufacturer: Von Duprin. Line item #000 9 QTY 2: Electrified Trim for Jackson 2086 Exit Device. Description : Part # 8500EL-01 Manufacturer: Jackson. Line item #00 10 QTY 1: Conductor Wire. Description : Qty:1 - 1000ft- 18/2, Qty:2 - 1000ft- 18/6. Line item #00 11 QTY 1: Installation Materials. Description : (conduit, boxes, connectors, J-hooks). Line item #00 12 QTY 1: Installation. Description: Installation of Line items 0001-0010. Installation of BridgePoint Access at Bldg 24E on Camp Lejeune, NC. (2) exterior doors and (2) interior doors. Vendor must provide a brief description of how the work will be completed, to include a drawing of installation showing basic details, cable locations and methods (in conduit, J hooks, etc), any warranties available and response time if any problems would occur. Building diagram will be provided at site visit. SITE VISIT : A site visit is scheduled for 6 September 2012 at 2PM EST. All vendors will meet at the visitor's Parking Lot at the Main Gate of Camp Lejeune, NC. All vendors must obtain a Base Pass and be ready to convoy to site location by 2PM EST. A Contracting Officer will meet vendors at the parking lot and convoy all vendors to site location. Please contact Sgt Darcey @ (910)450-5406 or jennifer.darcey@usmc.mil by 5 September 2012 at 1PM EST to confirm attendance. Vendors attending site visit must wear personal protective equipment (hardhat, safety vest and safety glasses) as site is a construction zone. This request is in support of the Marines at Camp Lejeune, NC. All quotes must be FOB Destination to Camp Lejeune, NC Zip code 28542. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are incorporated by reference: FAR 52.204-7 Central Contractor Registration, FAR 52.211-6 Brand Name or Equal. FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28 Post-Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, FAR.222.19 Child Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52-222-36 Affirmative Action for Workers with Disabilities; FAR 52-223-6 Drug-Free Workplace, FAR 52.233-1 Disputes, FAR 52.233-4 Applicable Law for Breach of Contract Claim; DFARS 252.225-7001 Buy American Act, DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; clauses incorporated in full text: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.219-1 Small Business Program Representations, FAR 52.252-2, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR websites: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Offerors are required to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR), and registered or willing to register, in Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. Offerors must have a current CCR record prior to receiving an award for this solicitation or for any future awards. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if received by closing, must be considered by the agency. The evaluation factors that will be used to determine by lowest price technically acceptable. The closing date for this solicitation is 0800 hours on 12 Sep 2012 (EST). Offerors are responsible for ensuring that their quote has been received and is legible. Submit quote to jennifer.darcey@usmc.mil or fax to (910) 451-2331.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M67001-12-Q-0373/listing.html)
- Place of Performance
- Address: Bldg 24E McHugh Blvd, Camp Lejeune, North Carolina, 28542, United States
- Zip Code: 28542
- Zip Code: 28542
- Record
- SN02864417-W 20120902/120831235822-3ad25dbc8004501d6752f7a46f296c9a (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 |