SOLICITATION NOTICE
63 -- Library Security Gates
- Notice Date
- 5/25/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
- ZIP Code
- 20210-0001
- Solicitation Number
- 16-ASAM-BOC-NAT-0106
- Point of Contact
- Myla Gale, Phone: 2026934570
- E-Mail Address
-
gale.myla@dol.gov
(gale.myla@dol.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION i. 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; proposals are being requested and a written solicitation will not be issued. ii. This solicitation document is issued as a request for quote (RFQ). When submitting quotes, please use the reference number 16-ASAM-BOC-NAT-0106. iii. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88; May 16, 2016. iv. This is solicitation is 100% set-aside for small businesses. The associated NAICS code is 334419 (Other Electronic Component Manufacturing). The small business size standard is 750 employees. v. This combined solicitation/synopsis is for the acquisition of library security gates according to the specifications below: The gates must meet the following technical specifications: • The gate must have two aisles. o Two aisles allow multiple patrons to simultaneously walk in and out of the library without causing congestion at the gate site. • The gate must have an electromagnetic (EM) sensor. Radio frequency identification (RFID) sensors are not acceptable. o Library security gates have built in sensors that detect items that have been tagged with strips that either are electromagnetic (EM) or have radio frequency identification (RFID). All Wirtz Labor Library items have EM tags within them, and these tags are activated when checked in and deactivated when checked out, so activated, checked in items will set off the library security gate's sensor if removed. • The gate must be installed with a baseplate to provide support. o Library security gates are installed via a baseplate, direct mount, or underground wire. Direct mount and underground wire installations provide a more visibly discreet form of support for the gate but are the most invasive installs, requiring the installer to drill or dig deep into the floor. A baseplate provides the same amount of support but includes a large metal plate that sits above the floor and runs in between the edges of the gate and is attached to the floor with a few screws. The metal plate is designed with safety and handicapped accessibility concerns in mind and is like a small hill, about a centimeter tall at its highest point, that is easy to walk or roll on. The library's current security gate has a baseplate as its support system, and the library has had no issues with this set up to date. • The supplier or manufacturer must provide a service agreement for the gate that is renewable on a yearly basis at the library's discretion. vi. Delivery and Installation: 30 days after award vii. The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. (See at http://farsite.hill.af.mil/vffara.htm) viii. FAR 52.212-2 Evaluation-Commercial Items (OCT 2014): The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, Lowest Price Technically Acceptable. Technical acceptability is based on the Contractor being able to accommodate the above number of participants for the desired dates. ix. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2016): The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. x. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2015) applies to this acquisition. (See at http://farsite.hill.af.mil/vffara.htm) xi. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAR 2016) applies to this acquisition. xii. Additional contract requirement(s) or terms and conditions that apply to this contract: a. DOLAR 2952.201-70, Contracting Officer's Technical Representative (COTR) (MAY 2004), applies to this acquisition (http://farsite.hill.af.mil/reghtml/regs/other/dolar/2952.htm) b. To be eligible for award under this solicitation, the offeror must propose a facility that: i. Is registered on the System for Award Management (www.sam.gov). ii. Meets all of the requirements of this solicitation. c. The contractor must accept Government purchase orders. d. The Government intends to award a firm-fixed-price purchase order resulting from this combined synopsis/solicitation. e. ELECTRONIC SUBMISSION OF PAYMENT REQUESTS CLAUSE (FEBRUARY 2014) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Invoice payment has the meaning given in FAR 32.001. (3) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic Payment Requests. Except as provided in paragraph (f) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this clause, and therefore no additional electronic invoice submission is required. (c) Data Transmission. A contractor must ensure that the data transmission method and format comply with the following provisions: An original invoice shall be prepared and submitted to the Department of Labor (DOL) by email to: DOL-NO-WH@quickpay.dol.gov (1) The contractor shall: a. Address the invoice to the appropriate e-mail address specified in the contract. b. Submit the invoice via attachment in PDF or TIFF format. c. Submit only one invoice per electronic submittal. d. Enter specific information in the subject line of the e-mail in the following format: <Contractor Name>, DOL Agency, <Contract Number, BPA Call or Order Number>, Invoice Number, <Invoice Amount> Example: ABC Co, OASAM, DOL00-00-X0000/X0000, Invoice Number AB-1298433, $15,000.00. e. Submit a copy of the email with the attached invoice to the contracting officer's representative (COR) at the COR email address specified in the contract. f. Before sending another e-mail with the same invoice attachment, confirm whether DOL has already responded and/or whether you have received a success or failure response to your submission. (2) The contractor MUST NOT: a. Submit an invoice that exceeds the size limit of 16 megabytes (approximately 400-500 pages). However, if the invoice exceed this limit, a summary invoice attachment of less than 16 megabytes should be e-mailed to the payment e-mail address above; while the detailed invoice, including any supplemental information, shall be sent to the COR or other representative at the address. b. Submit an invoice that is heavy in shading or color. 1. An e-mailed PDF image cannot have any text that has a background with any color other than white. If the image has a shaded background, it will be converted to black, and the text will be illegible. 2. An emailed TIFF image must be black and white. c. Submit more than one attachment, as subsequent attachments will not be recognized. d. Submit more than one invoice in a single attachment. e. Attempt to use the "Recall or Resend" email message feature. (d) General Information. Payment due dates will be calculated only from the date that invoices are received in the electronic invoicing e-mail box and determined to be proper invoices. Inquiries regarding invoices should be e-mailed to DCASinvoiceinquiry@dol.gov. The relevant invoice must be attached to the inquiry e-mail and the subject line of the e-mail must state "INQUIRY," followed by the information described in paragraph (1) d. above. Example: INQUIRY: <Contractor Name>, DOL Agency, <Contract Number, BPA Call or Order Number>, Invoice Number, <Invoice Amount> Do NOT use the electronic invoicing e-mail address for inquiries about the invoice. (e) Invoice requirements. Invoices shall comply with FAR 32.905. (f) Exceptions. Paper invoices should only be faxed or mailed through U.S. mail when electronic mail cannot be accomplished. When invoices must be faxed due to e-mail size limitations, fax them to: TBD When paper invoices must be mailed due to e-mail size limitations, mail them to the following address: U.S. Department of Labor Office of Financial Management Operations Room S-5526 Attn: DCAS 200 Constitution Avenue, N.W Washington, DC 20210 DCASinvoiceinquiry@dol.gov (End of clause) xiii. Any questions regarding this solicitation should be emailed to Myla Gale at gale.myla@dol.gov. Questions are due no later than May 27, 2016 at 12:00 PM EST. xiv. Offers are due to the Contract Specialist no later than 10:00 AM EST on June 1, 2016. All quotes must be emailed to Myla Gale at gale.myla@dol.gov. ****************End of Description****************
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/16-ASAM-BOC-NAT-0106/listing.html)
- Place of Performance
- Address: 200 Constitution Avenue, N.W., Washington, District of Columbia, 20210, United States
- Zip Code: 20210
- Zip Code: 20210
- Record
- SN04128963-W 20160527/160525234845-01b98656a4c2ae264afa5925d3814c50 (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 |