Federal Bid

Last Updated on 03 Jul 2019 at 8 AM
Combined Synopsis/Solicitation
Vandergrift Pennsylvania

IDENTICARD DOOR CONTROL SYSTEM

Solicitation ID F2ETG12209A001
Posted Date 22 Aug 2012 at 10 PM
Archive Date 03 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4801 49 Cons Lgcp
Agency Department Of Defense
Location Vandergrift Pennsylvania United states
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 for this procurement is F2ETG12209A001 and this is a Request For Quotation (RFQ). This requirement shall be set aside for 100% small business. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-60. The North American Industry Classification System (NAICS) code is 561621. The SB size standard for this code is $12.5 Million dollars.

CLIN 0001-IDenticard PremiSys Six Reader Controller Assembly, Large Enclosure with Lock and Tamper Switch Or equal QTY 1 EA
CLIN 0002- IDenticard Controller and Lock Power Supply Unit - Large Enclosure housing one (1) 12 VDC Supervised Controller Power Supply, one (1) 24 VDC Supervised Lock Power Supply or equal QTY 1 EA
CLIN 0003-Securitron 4000Lb Electromechanical Maglock with Internal Door Position and Tamper Or equal QTY 2 EA
CLIN 0004-Von Duprin 33A Series Rim Exit CrashBar - Satin Chrome or equal QTY 3 EA
CLIN 0005- Von Duprin Request to Exit Switch Kit or equal QTY 3 EA
CLIN 0006- Von Duprin Electrified Trim Escutcheon Plate or equal QTY 3 EA
CLIN 0007- HID MultiClass Reader or equal QTY 5 EA
CLIN 0008- Securitron Push to Exit Push Button or equal QTY 2 EA
CLIN 0009- Securitron Timer Module for Push to Exit Buttons or equal QTY 2 EA
CLIN 0010- Detection Systems Request to Exit Motion Sensor or equal QTY 2 EA
CLIN 0011- Armored Cable kits QTY 3 EA
CLIN 0012- EMT Conduit 3/4", Boxes, Covers and Compression Connectors QTY 1 EA
CLIN 0013- SHIPPING QTY 1 EA
CLIN 0014- Installation of IDenticard Access Control on Bldg 1261 five customer specified Doors. QTY 1 EA

Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (Jun 2008) applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration.

52.202-1 Definitions
52.204-7 Central Contractor Registration
52.211-6 Brand Name or Equal
52.212-1 Instructions to Offerors-Commercial Items
52.212-3 ALT 1 Offerors Representation and Certifications - Commercial Items
52.212-4 Contract Terms and Conditions - Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation)
52.219-1 Small Business Program Representation
52.219-6 Notice of Total Small Business Set Aside
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child Labor-Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-22 Previous Contracts Compliance Report
52.222-25 Affirmative Action Compliance
52.222-26 Equal Opportunity
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
52.222-41 Service Contract Act of 1965
52.222-42 Statement of Equivalent Rates for Federal Hires
52.222-50 Combating Trafficking in Persons
52.223-3 Hazardous Material Identification and Material Safety Data
52.223-5 Pollution Prevention and Right-to-Know Information
52.223-6 Drug-Free Workplace
52.223-10 Waste Reduction Program
52.223-18 Contractor Policy to Ban Text Messaging While Driving
52.225-1 Buy American Act -Supplies
52.225-2 Buy American Act Certificate
52.225-13 Restrictions on Certain Foreign Purchases
52.225-18 Place of Manufacture
52.232-1 Payments
52.232-8 Discounts for Prompt Payment
52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration
52.233-1 Disputes
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.243-1 Changes - Fixed Price, Alternate II
52.247-17 Charges
52.249-4 Termination for Convenience of the Government (Service) (Short Form)
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
52.252-5 Authorized Deviations in Provisions
52.252-6 Authorized Deviations in Clauses
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7003 Control of Government Personnel Work Product
252.204-7004 Alt A Central Contractor Registration
252.211-7003 Item Identification and Valuation
252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation)
252.225-7001 Buy American Act and Balance of Payment Program
252.225-7002 Qualifying Country Sources as Subcontractors
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7010 Levies on Contract Payments
252.243-7001 Pricing of Contract Modifications
252.247-7023 with Alt III Transportation of Supplies by Sea
5352.201-9101 Omsbudsman

Points Of Contact

Contract Administrator: Samantha Jo DeLucia, SrA, USAF, Phone: (575) 572-0662, FAX: 575-572-7333, e-mail [email protected]

Contracting officer: Mary K. Hoelscher, Civ, USAF, Phone: 575-572-0641, FAX: (575) 572-7333, e-mail [email protected]

IMPORTANT NOTICES:
1) RFQ submission must be in accordance with solicitation;
2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration);
3) All Amendments, if applicable, must be acknowledged;
4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement.
5) Facsimile and email offers will be accepted.

Response Time- Request for Quotation will be accepted at the 49th Contracting Squadron, 490 First St, Suite 2160, Holloman AFB, NM 88330 not later than 1000 (10:00 a.m.) Mountain Standard Time on 5 September 2012. All quotes must be marked with RFQ number and title.

Attached:
HAFB Statements

 

Bid Protests Not Available

Similar Past Bids

Virginia 01 Jun 2009 at 12 PM
Pittsburgh Pennsylvania 03 Aug 2021 at 1 PM
Quantico Virginia 11 Jul 2012 at 2 PM
San diego California 09 Sep 2003 at 5 AM

Similar Opportunities

Travis air force base California 14 Jul 2025 at 7 PM
Oklahoma 12 Jul 2025 at 4 AM (estimated)
Oklahoma 12 Jul 2025 at 4 AM (estimated)
Camarillo California 13 Sep 2025 at 4 AM (estimated)