SOLICITATION NOTICE
70 -- Update of a security infrastructure for a new lab located at NAWCTSD Orlando, FL to include card readers, door contacts, IP cameras, motion sensors, cypher locks and alarm systems.
- Notice Date
- 7/26/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- N61340 Naval Air Warfare Center Training Systems Division 12211 Science Drive Orlando, FL
- ZIP Code
- 00000
- Solicitation Number
- N6134018T0006
- Response Due
- 8/8/2018
- Archive Date
- 8/23/2018
- Point of Contact
- Eric Estepp 407-381-8577 Contract Specialist
- E-Mail Address
-
stepp@navy.mil<br
- Small Business Set-Aside
- N/A
- 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. Reference N61340-18-T-0006 Request for Quotation (RFQ) in all responses. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-99. This synopsis is required because the intention of the government is to award a sole source award to R3 Security Inc, doing business as Security 101. The NAICS code for this procurement is 334290. This is a small business set-aside. Requirement: NAWCTSD requires updated security infrastructure for a new lab at the DeFlorez Building. Security 101 designed the current installation ESS and upgrades. They have also been maintaining the system since its inception. Under FAR 6.302 1(a)(2)(ii), changing the provider now would lead to both extensive duplicative costs and unacceptable delays. All responsible sources may submit a capabilities statement, which shall be considered by the agency. The Government solely for the purpose of determining whether to initiate a competitive procurement will consider all capabilities statements received. Technical capability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the interested party to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment. Any response should also include a quote for the parts requested. The parties are requested and advised to submit its best pricing as part of its response. The Government reserves the right to process the procurement on a sole source basis based upon the responses received. The Government will not pay for any information received. Quantity: (1) Access Control to include a card reader, door contacts, request to exit motion sensor, XO10 cypher lock and locking hardware. (1) New IP Camera (1) New Alarm System consisting of four (4) new motion sensors, door contacts and keypad Delivery: Delivery within 30 days after date of award to: NAWCTSD 12211 Science Drive Orlando, FL 32826 Acceptance at destination. The following FAR and DFARS Clauses and Provisions apply: 52.204-7, 52.204-16, 52.204-18, 52.209-10, 52.212-1,52.212-2, 52.212-3 Alt 1, 52-212-4, 52.212-5 ((a), (b) (4), (8), (18), (19), (25), (26), (28), (30), (33), (34), (40)), 52.232-40, 252.203-7000, 252.203-7003, 252.203-7005, 252.204-7014, 252.204-7015, 252.211-7003, 252.211-7008, 252.211-7003, 252.212-7001(1,5), 252.225-7001, 252.232-7010, 252.244-7000 All FAR clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/. To be eligible for award the successful offeror must be properly registered in the Government ™s System for Awards Management (SAM). Companies may register at: http://www.sam.gov/. Going forward, all new entities registering in GSA ™s System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated. It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an śActive ť status as the government cannot award to an entity without an śActive ť SAM registration. More information can be found at www.gsa.gov/samupdate. No DPAS rating applies. Responses shall be submitted no later than 08 August 2018 1700 EST. Offers shall be submitted to eric.estepp@navy.mil. Inquiries may be submitted to the same or via phone at 407-381-8577.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134018T0006/listing.html)
- Place of Performance
- Address: 12211 Science Drive, Orlando, FL
- Zip Code: 32826
- Zip Code: 32826
- Record
- SN05007976-W 20180728/180726230859-a7ce58c3d462870051864f5694564c8b (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 |