DELIVERY INFORMATION
Attn: Dionne Mata
401 Chennault Circle, Bldg 1400
Montgomery, AL 36112
Shipping will be FOB Destination
QUOTATION PREPARATION INSTRUCTIONS
To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ.
a. The offeror must submit dated quote with unit prices and extended prices in response to this solicitation.
b. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision.
c. Manufacturer Specifications: The offeror shall provide detailed manufacturer specifications to ensure all of the minimum requirements for CLIN 0001 are met IAW SOR paragraph 2.1-2.6.
d. PROJECT MILESTONE PLAN (PMP): The offeror shall provide a PMP that establishes a timeline from issuance of the contract to the location identified in this solicitation. The exact format and content of the PMP is at the offeror's discretion, but it shall be expressed in terms of "days after contract" and include, at a minimum, a timeline for:
e. Interested parties capable of providing the requirement must include discount terms, tax identification number, cage code, and DUNS.
f. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Systems for Award Management database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220.
g. Responses to this notice shall be provided in writing via e-mail to SrA Andrew Dang at [email protected], (334) 953-6170 and Jeremy Kersey at [email protected], (334) 953-3526. All responses shall be received NLT 4:00PM PM CST on 23 Sep 2019. Email is the preferred method of contact.
BASIS FOR AWARD
Award will be made to the lowest price technically acceptable offeror. For quotes determined technically acceptable, a best value selection will be based on price.
1. Technical Acceptability: Initially, the Government shall evaluate each offer's quote, as it pertains to the following criteria, on a pass/fail basis, by assigning ratings of Acceptable (clearly meets minimum requirements) or Unacceptable (does not clearly meet minimum requirements).
a) Manufacturer Specifications: The offeror provided detailed manufacturer specifications will be evaluated for completeness to ensure all of the minimum requirements for CLIN 0001 are met IAW SOR para 2.1-2.8.
2. Price. Next, the Government will evaluate the price(s) of quotes determined technically acceptable as follows: The Government may use any of the following price analysis techniques IAW FAR 13.106-3(a) to determine price reasonableness: competitive quotes, comparison of the proposed price with prices found reasonable on previous purchases, a comparison with similar items in a related industry, comparison to an independent Government estimate, or any other reasonable basis.
Attachment 1 - Statement of Requirement
Attachment 2 - Clauses and Contract Terms and Conditions
Attachment 1: Statement of Requirement
STATEMENT OF REQUIREMENT
ACCESS CONTROL SYSTEM IN BLDG 1406
1.0 SUMMARY OF REQUIREMENt. THIS REQUIREMENT IS FOR KEYSCAN ACCESS CONTROL COMPONENTS ON SIX ADDITIONAL DOORS IN BLDG. 1406. THERE IS ALREADY A KEYSCAN ACCESS CONTROL SYSTEM IN PLACE THROUGHOUT THE BUILDING; THIS REQUIREMENT IS TO EXPAND THE EXISTING SYSTEM. THIS WILL INCLUDE EQUIPMENT, INSTALLATION, PROGRAMMING, TRAINING, AND A ONE-YEAR WARRANTY.
2.0 DESCRIPTION OF ITEMS.
2.1 8-reader Door Control Unit, Qty 1
2.2 CA8500 Network Communication Board, Qty 1
2.3 Multi-Technology Single Gang Reader with keypad; medium-sized reader;
Wiegand interface, 75-bit PICV, Qty 6
2.4 Thinline Panic Electric Strike, Qty 6
2.5 12V 7AH battery, Qty 4
2.6 Access Control Combo Cable 500', Qty 6
2.7 Installation, programming, and training labor hours, Qty 80
2.8 Contractor shall provide any standard commercial warranty typically included with equipment and/or workmanship
3.0 GENERAL INFORMATION. ALL EQUIPMENT MUST BE NEW; NO REFURBISHED OR RESEALED PARTS.