SOLICITATION NOTICE
N -- Lenel Access Control System (ACS)
- Notice Date
- 3/2/2020 1:14:36 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- FA2521 45 CONS LGC PATRICK AFB FL 32925-3237 USA
- ZIP Code
- 32925-3237
- Solicitation Number
- FA252120QB03
- Response Due
- 3/11/2020 11:00:00 AM
- Archive Date
- 03/26/2020
- Point of Contact
- Tiffany Shanta' Thornton, Phone: 3214946292, Andrew J Washington, Phone: 3214949516
- E-Mail Address
-
tiffany.thornton.1@us.af.mil, andrew.washington.4@us.af.mil
(tiffany.thornton.1@us.af.mil, andrew.washington.4@us.af.mil)
- Small Business Set-Aside
- WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Description
- Combined Synopsis/Solicitation Lenel Access Control System (ACS) FA2521-20-Q-B031 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 FA2521-20-Q-B031 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04; Effective 15 January 2020. This is set aside for Women-owned Small Business (WOSB). The North American Industry Classification System (NAICS) code for this project is 561621 with a size standard of $22.M. The purpose of this requirement is to procure a new Lenel Onguard Access Control System (ACS) for the 45th Security Forces Squadron (45 SFS) headquarters building (bldg. 1319) at Patrick Air Force Base (PAFB), Florida. The contractor shall provide all labor, software, hardware, supervision, tooling and miscellaneous consumables to complete the removal of the existing ACS and installation of new Lenel ACS. This will be a Brand Name requirement for Lenel Onguard software and associated hardware, all other equipment items are considered �brand name or equal.� Please see attached Single Source Justification & Approval (Attch 1, Brand Name Justification and Approvals) and Statement of Work (Attch 2, SOW 13 Feb 20) **NOTE TO OFFERORS: Offerors must use the attached Pricing Sheet, (Attch 3, Pricing Sheet) along with quote submittals. All offerors shall annotate the manufacturer name and part number for all brand name or equal submissions. (If providing the brand name, please specify on the pricing sheet). Offerors who fail to comply with solicitation instructions will be deemed unresponsive. Installation address: 1319 Control Road Patrick AFB, FL 32925 *FAR Provision 52.212-1, Instructions to Offerors � Commercial Items (OCT 2018) applies to this acquisition and the following addendum applies: The following words stating �offer�, �offeror�, and �proposal� are replaced with �quotation�, �vendor�, and �quote�. Paragraph (a) first sentence revised as follows: �The NAICS code and small business size standard for this acquisition appear above.� RFQ due date: Wednesday, 11 March 2020 RFQ due time: 2:00 P.M. EST Email responses sent to Andrew Washington at andrew.washington.4@us.af.mil and Tiffany Thornton tiffany.thornton.3@us.af.mil All questions must be submitted to aforementioned email address NLT 06 March, 2020 @ 10:00 AM EST. THIS MUST BE SENT TO ANDREW WASHINGTON AS STATED ABOVE. ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE. YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT. Please provide the following information with your quote: Company Name: ____________ DUNS Number: ____________ Cage Code: _______________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above Estimated Delivery Time: ____________ Payment Terms: _________________________ Warranty: ________________ FOB (Select): ____ Destination _____ Origin Shipping Cost included? ____ Yes _____ No All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (DEC 2019) As prescribed in 4.2105(a), insert the following provision: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019) (a) Definitions. As used in this provision-- Covered telecommunications equipment or services, Critical technology, and Substantial or essential component have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing-- (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Representation. The Offeror represents that-- It [ ] will, [ ] will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. (d) Disclosures. If the Offeror has responded affirmatively to the representation in paragraph (c) of this provision, the Offeror shall provide the following information as part of the offer-- (1) All covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable); (2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision; (3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and (4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known). Company Name: ___________________ Company Representative: ______________ DUNS: ___________________________ Title: _______________________________ Signature: _________________________ Date: _______________________________ *52.209-11 � Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that� (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) FAR Provision *52.212-2, Evaluation -- Commercial Items (Oct 2014), applies to this acquisition and the following evaluation is applicable: (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (IAW Attach 1, Attach 2 and Attach 3) (ii) price (Award will be made to the lowest priced technically acceptable offeror). (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.225-18 � Place of Manufacture. As prescribed in 25.1101(f), insert the following solicitation provision: Place of Manufacture (Aug 2018) (a) Definitions. As used in this clause� �Manufactured end product� means any end product in Federal Supply Classes (FSC) 1000- 9999, except� (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. �Place of manufacture� means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly� (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outsork Contracting Office 8 (NCO 8) 1201 NW 16th Street Miami, FL 33125 Primary Point of Contact: Duwane B. Snyder Contract Specialist, NCO 8 Duwane.Snyder@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7e5c7bcdd3f145cf86dd8e36dad554c1/view)
- Place of Performance
- Address: Patrick AFB, FL 32925, USA
- Zip Code: 32925
- Country: USA
- Zip Code: 32925
- Record
- SN05576866-F 20200304/200302230204 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |