Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2020 SAM #6789
SOLICITATION NOTICE

71 -- ELECTRONIC KEY BOXES

Notice Date
6/29/2020 1:57:29 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
W7N3 USPFO ACTIVITY UT ARNG DRAPER UT 84020-2000 USA
 
ZIP Code
84020-2000
 
Solicitation Number
W911YP20R0022
 
Response Due
7/2/2020 11:00:00 AM
 
Archive Date
07/17/2020
 
Point of Contact
William T. Brown, Phone: 8014324273
 
E-Mail Address
william.t.brown68.civ@mail.mil
(william.t.brown68.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOLICITATION:� W911YP20R0022 AGENCY/OFFICE:� Utah Army National Guard / USPFO DELIVERY LOCATION:� Utah Army National Guard / Camp Williams 17800 S Camp Williams Rd Bluffdale, UT 84065 SUBJECT: � Electronic Keyboxes RESPONSE DUE DATE:� 12:00 PM MST 2�JULY�2020 CONTRACTING POC:� William (Billy) T. Brown III���������� Email:� William.t.brown68.civ@mail.mil�� Phone:� 8014324273 DESCRIPTION: *****THIS SOLICITATION NOTICE IS A FOLLOW-ON NOTICE TO THE ORIGINAL BETA.SAM.GOV SOLICITATION NUMBER W5654V-0006-0001 FOR ELECTRONIC KEYBOXES**** *****THIS REQUIREMENT IS BEING SOLICITED AS A TOTAL SMALL BUSINESS (SB) SET-ASIDE, WITH PRECENDENCE TO SMALL BUSINESSES FIRST*** The Utah National Guard is soliciting a requirement for ELECTRONIC KEYBOXES under combined synopsis/solicitation W911YP20R0022 and is being issued for Request for Quotations (RFQ).� This requirement is being solicited as a Cascading Small Business set-aside under NAICS code 332510 �Hardware Manufacturing� which has a Small Business Size Standard of 750 employees (www.sba.gov).� FOR VENDOR�S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE.� Wholesaler NAICS codes will not be accepted.� This award should be able to be filled by a single vendor. Minimum technical specs: Quantity = 2 System MUST be U.S. made or meet the criteria (concerns arise with components and transmissions outside of the U.S. MUST have a 2-year warranty and MUST include yearly service/software fees for a total of 7 YEARS�(life-cycle of the boxes) If no 2 year warranty can be provided, MUST INCLUDE YEARLY SERVICE FEES as part of total overall quote (include the cost of technical service call / assistance in the cost of the bid / does this increase over time?) After 2 year warranty, MUST include in the overall price of the quote the annual service/software fees for the remaining 5 years� Please provide cost of software updates after warranty period has expired (this should be included in the overall cost of the keyboxes; i.e. cost of continued license per year is $800) System MUST have a minimum 48 hour batter backup System MUST have two RS 232 serial ports; if not, MUST have two Ethernet connections (these are the only connections that will be technically acceptable) System MUST have a Stand-Alone option (this may be required for specific periods of time) Large capacity � able to account for 95 keys � NOT TO EXCEED THESE DIMENSIONS:� 28in�W x 30in�H x 10in�deep 18 gauge steel Electric lock with key override � if power fails Key locked into location � only authorized users allowed to obtain key Monitored battery back up with 48 hour capability Two RS-232 serial ports for biometrics and communications, or two ethernet connections Alarmed cabinet Multi user key access which includes: Dual / triple user access Departmental access Dual / triple return The ability to notify the key custodian via SMS or email that keys have been removed and returned. MUST PROVIDE A DETAILED DESCRIPTION SHEET THAT SHOWS YOUR BOX MEETS OR EXCEEDS THE MINIMUM TECH SPECS SET-ASIDE / FAR REGULATION: Any award resulting from this solicitation will be made using a Total Small Business Set-Aside order of precedence as follows: In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2.� If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns. CONTRACT TYPE / EVALUATION CRITERIA:� The contract type for this procurement will be firm-fixed price.� Award will be based on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria.� An LPTA quote is one that meets all the technical aspects outlined in this solicitation and statement of work while being the lowest price quote, IAW FAR 15.101-2.� SAM REGISTRATION:� All offerors must have an active registration in System for Award Management (SAM) at time of award in order to be eligible for contract award. �All offerors responding to this solicitation must meet all standards required to conduct business with the Government, including active registration in SAM and WAWF/iRAPT, and be in good standing.� All qualified responses will be considered by the Government.� In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information.� IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing.� Prospective offerors may obtain information on registration at WWW.SAM.GOV.� IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award.� Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov. PROPOSALS:� All proposals are due to the United States Property and Fiscal Office for Utah Purchasing and Contracting Division no later than 12:00 pm (Mountain) 2�JULY�2020.� All submissions should be sent via email to:� william.t.brown68.civ@mail.mil.� Facsimiles will not be accepted.� Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. �Responses received after the stated deadline will be considered non-responsive and will not be considered. You must meet all technical aspects of this requirement in order to be considered technically acceptable.� Failing to meet this request will deem your proposal technically unacceptable and your proposal will not be considered. PROVISIONS & CLAUSES: The following provisions and clauses are applicable to this solicitation: FAR 52.202-1 � Definitions FAR 52.203-3 � Gratuities FAR 52.204-7 � Central Contractor Registration FAR 52.204-24 � Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26 � Covered Telecommunications Equipment or Services-Representation FAR 52.209-6 � Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarement FAR 52.212-1 � Instructions to Offerors FAR 52.212-3 � Offeror Representations and Certifications-Commercial Items FAR 52.212-3 � Alternate 1 FAR 52.212-4 � Terms and Conditions - Commercial FAR 52.212-5 � Dev - Statutes/Exec Orders FAR 52.217-8 � Option to Extend Services FAR 52.217-9 � Option to Extend the Term of the Contract FAR 52.219-1 (Alt I) � Small Business Program Representation FAR 52.219-6 � Notice of Total Small Business Set-Aside FAR 52.219-8 � Utilization of Small Business Concerns FAR 52.219-14 � Limitations on Subcontracting FAR 52.219-28 � Post-award Small Business Program Representations FAR 52.222-3 � Convict Labor FAR 52.222-21 � Prohibit Segregated Facilities FAR 52.222-22 � Previous Contract and Compliance Reports FAR 52.222-25 � Affirmative Action FAR 52.222-26 � Equal Opportunity FAR 52.222-36 � Affirmative Action for Workers With Disabilities FAR 52.222-40 � Notification of Employees Rights Under the National Labor Relations Act FAR 52.222-50 � Combating trafficking in Persons FAR 52.222-54 � Employment Eligibility Verification FAR 52.223-18 � Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-23 � Restrictions on Certain Foreign Purchases FAR 52.225-25 � Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-1 � Payments FAR 52.232-33 � Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-1 � Disputes FAR 52.233-2 � Service of Protest FAR 52.233-3 � Protest After Award FAR 52.233-4 � Applicable Law for Breach of Contract Claim FAR 52.243-1 � Changes-Fixed Price FAR 52.252-1 � Provisions Incorporated by Reference FAR 52.252-2 � Clauses Incorporated by Reference FAR 52.252-5 � Authorized Deviations in Provisions FAR 52.252-6 � Authorized Deviation in Clauses DFARS 252.203-7000 � Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 � Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 � Control of Government Personnel Work Product DFARS 252.209-7995 � Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law DFARS 252.212-7000 � Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 � Dev Terms and Conditions DFARS 252.225-7001 � Buy America Act and Balance of Payments Program DFARS 252.225-7002 � Qualifying Country as Subcontractors DFARS 252.225-7012 � Preference for Certain Domestic Commodities DFARS 252.232-7003 � Electronic Submission of Payment Requests DFARS 252.232-7010 � Levies on Contract Payments DFARS 252.237-7010 � Prohibition of Interrogation of Detainees by Contract Personnel DFARS 252.243-7001 � Pricing of Contract Modifications DFARS 252.243-7002 � Requests for Equitable Adjustment. FAR 52.252-2 � Clauses Incorporated by Reference.� This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text.� Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at:� HTTPS://WWW.ACQUISITION.GOV.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c519df83fabd44a7a6a16d5cd7eedd30/view)
 
Place of Performance
Address: UT 84065, USA
Zip Code: 84065
Country: USA
 
Record
SN05706816-F 20200701/200629230158 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.