Federal Bid

Last Updated on 27 Sep 2014 at 10 AM
Combined Synopsis/Solicitation
Curtis Michigan

VingCard Key Card System

Solicitation ID FA4608-14-Q-0066
Posted Date 08 Sep 2014 at 6 PM
Archive Date 27 Sep 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4608 2 Cons Lgc
Agency Department Of Defense
Location Curtis Michigan United states
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; quotes are being requested and a written solicitation will not be issued. This solicitation, FA4608-14-Q-0066, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-72 effective 30 Jan 2014). This procurement is a 100% Small Business Set Aside. The NAICS code is 332510 and the small business size standard is 500 employees. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. You will not be eligible to receive an award if you are not in the System for Award Management database and listed as a small business under the aforementioned NAICS. (Reference: DFARS 252.204-7004, Alt A System for Award Management). The following commercial items are requested in this solicitation.

The items being procured are:

CLIN 0001: System HW Service Terminal Kit
QTY: 1/EA

CLIN 0002: System HW VISION Contact Card IR for LCUT3/LCUT2
QTY: 1/EA

CLIN 0003: Classic 4.5V Mag Plain US Ship SatChrome ANSI(P) US Military Configuration: DA 4-SW 4.5V 32mm LH incl. Front & Strick wo/HW Kit, w/CylHole, w/TT
QTY: 124/EA

CLIN 0004: Classic 4.5V Mag Plain US Ship SatChrome ANSI(P) US Military Configuration: DA 4-SW 4.5V 32mm RH incl. Front & Strick wo/HW Kit, w/CylHole, w/TT
QTY: 124/EA

CLIN 0005: End Cap 2.8" Black for Sargent Lock Retrofit
QTY: 500/EA

CLIN 0006: 4.5V to 9V Lock Case Upgrade Cable
QTY: 20/EA

CLIN 0007: Cleaning Cards Mag Stripe Reader
QTY: 50/EA

CLIN 0008: CYL 5-Level Threaded SatChrome VC logo 34mm (AMS Only)
QTY: 248/EA


CLIN 0009: Cylinder Set Screw for Cylinders Ex Threaded ANSI ADB
QTY: 300/EA

CLIN 00010: Cylinder Fixing Tool
QTY: 1/EA

CLIN 0011: Install, Replace Oters Existing Metal Door
QTY: 52/EA

CLIN 0012: Install, Replace Others Existing Wood Door
QTY: 196/EA

CLIN 0013: Phone Support
QTY: 1/EA

CLIN 0014: Freight Out
QTY: 1/EA

Note: This is a Brand Name requirement. No other equivalent items will be evaluated. Lowest Price Technically Acceptable will be used to evaluate quotes. Technical factors are as follows: Exact Brand Name Item; Price

The offer submittal shall list the item by part number, number of items being offered, the product description as listed above, and list the manufacturer. The offer shall list unit prices, total for each part number, and an overall totaled price. Delivery requirements: FOB Destination quotations are the only quotes that will be accepted. FOB origin offers will not be considered. Delivery date of 15 days after receipt of award shall be acceptable.

Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and the following addenda applies. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3, and follow the instruction as provided in the clause or be registered within Online Representations and Certifications (ORCA) found at this website: https://orca.bpn.gov/. THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on price and technical acceptability. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Offers may include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer.

Additionally the following clauses and provisions apply to this acquisition:

52.204-7 System for Award Management
52.204-13 System for Award Management Maintenance
52.212-1 Instructions to Offerors - Commercial Items
52.212-2 Evaluation - Commercial Items
52.212-3 Offeror Representations and Certification - 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
52.219-1Alt 1, Small Business Program Representations
52.219-6 Notice of Total Small Business Set-Aside
52.222-3 Convict Labor
52.222-19 Child Labor-Cooperation with Authorities and Remedies
52.222-20 Contracts for Materials, Supplies, Articles and Equipment Exceeding $15,000
52.222-21 Prohibition of Segregated Facilities
52.222-22 Previous Contracts and Compliance Reports
52.222-25 Affirmative Action Compliance
52.222-26 Equal Opportunity
52.222-36 Affirmative Action for Workers with Disabilities
52.222-50 Combating Trafficking Persons
52.223-6 Drug Free Workplace
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
52.232-11 Extras
52.232-23 Assignment of Claims
52.232-33 Payment by Electronic Funds Transfer--System for Award Management
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payment to Small Business Subcontractors
52.233-1 Disputes
52.233-3 Protest after Award
52.233-4 Applicable Law of Breach of Contract Claim
52.243-1 Changes - Fixed Price
52.246-2 Inspection of Supplies -- Fixed-Price
52.246-16 Responsibility for Supplies
52.247-34 FOB Destination
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
52.252-3 Alterations in Solicitation
52.252-4 Alterations in Contract
52.252-5 Authorized Deviations in Provisions
52.252-6 Authorized Deviations in Clauses

Applicable DFARS clauses included:

252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7004 Alt A, System for Award Management
252.204-7011 Alternative Line Item Structure
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions
252.232-7010 Levies on Contract Payments
252.243-7001 Pricing of Contract Modifications
252.244-7000 Subcontracts for Commercial Items
252.246-7000 Material Inspection and Receiving Report

Applicable AFFARS clauses included:

5352.201-9101 Ombudsman
5352.223-9001 Health and Safety on Government Installations

The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 04:00 PM (EST), 12 September 2014, 2 CONS/LGCC, 41 Vandenberg Ave, Barksdale AFB, LA 71110. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of Marcus Wiggins at (318) 456-3294. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to A1C Amanda Barnes, Contracting Specialist, at (318) 456-6889, [email protected] or TSgt Steven Huffines, Contracting Officer, at (318) 456-6887, [email protected].

This document is not legally binding and does not commit the US Government in anyway and will be awarded pending the availability of funds.

Bid Protests Not Available

Similar Past Bids

Location Unknown 17 Mar 2004 at 5 AM
Silverdale Washington 01 Nov 2010 at 4 PM
Great lakes Illinois 08 Sep 2009 at 5 PM
Savannah Georgia 17 Sep 2018 at 6 PM
Meade Kansas 10 Sep 2009 at 6 PM

Similar Opportunities

Lackland air force base Texas 11 Jul 2025 at 7 PM
North kingstown Rhode island 11 Jul 2025 at 2 PM
Mechanicsburg Pennsylvania 21 Jul 2025 at 4 AM
Barksdale air force base Louisiana 11 Jul 2025 at 4 AM (estimated)