Federal Bid

Last Updated on 09 Aug 2018 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Hirsh Access Control System with Biometric reader

Solicitation ID F4FFAR8170A001
Posted Date 25 Jul 2018 at 5 PM
Archive Date 09 Aug 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Aflcmc/Pk - Wpafb (Includes Pz, Wl, Ww, Wi, Wn, Wk, Lp, Wf, Wk)
Agency Department Of Defense
Location United states
 

COMBINED SYNOPSIS/SOLICITATION:  This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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 Government reserves the right to award without discussions.

The solicitation document PR#, F4FFAR8170A001 is a Request for Quotes (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-98[SGNCUAA1] .  Reference the PR solicitation number in the subject line of the RFQ response.

The associated NAICS code is 511210, small business size standard is:  $38.5M.

This requirement is for the following products:  Hirsh Access Control System with Biometric reader

See attached Bill of Materials for requirements specifications.

OPTION(S) if applicable:

Delivery is 30 days After Receipt of Order (ARO).

The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition

The provision at 52.212-2, Evaluation--Commercial Items, applies; the only evaluation factor being price 

52.212-3, Offeror Representations and Certifications - Commercial Items.   

The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.

The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. 

The contracting officer shall insert the provision at 52.209-7, Information Regarding Responsibility Matters, in solicitations where the resultant contract value is expected to exceed $10,000,000.

Discretionary use of FAR provisions and clauses. The contracting officer may include in solicitations and contracts by addendum other FAR provisions and clauses when their use is consistent with the limitations contained in 12.302. For example:

(1) The contracting officer may include appropriate clauses when an indefinite-delivery type of contract will be used. The clauses prescribed at 16.506 may be used for this purpose.

(2) The contracting officer may include appropriate provisions and clauses when the use of options is in the Government's interest. The provisions and clauses prescribed in 17.208 may be used for this purpose. If the provision at 52.212-2 is used, paragraph (b) provides for the evaluation of options.

All items must be TAA compliant in accordance with the FAR.

DPAS rating is DO-A7.

Award will be made to the lowest priced, technically acceptable, responsive, responsible offeror.  The lowest priced quote will be reviewed for technical acceptability.  If that quote is awardable then no other quotes will be evaluated.  If the lowest priced quotes isn't awardable then next lowest quote shall be evaluated.  The evaluation process will follow Simplified Acquisition Procedures (SAP) in accordance with FAR 13.[SGNCUAA2] 

Vendors submitting a response to any RFQ that includes a requirement for supplies and/or services that have incurred, or that may incur a lapse in maintenance support prior to the award date, shall include as part of its response any applicable reinstatement fee(s).

Anticipated Award Date is 1 August 2018.

Lt Col Peter Sandness has been appointed as Ombudsman.  The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel.  The Ombudsman does not participate in the preparation of solicitations, evaluation of proposals or source selection process and does not diminish the authority of the contracting officer.  Any questions or concerns about this solicitation should first be directed to the buyer at the e-mail address or phone number listed, or you may contact the Ombudsman at [email protected].[SGNCUAA3] 

Proposals are due by 3:00PM EST, 20 July 2018[SGNCUAA4] .  Proposals shall be sent via email to [email protected]. Any questions regarding this acquisition should be directed to Dejan Rasic, (937) 656-7392 or by e-mail.

Any questions regarding this acquisition should be directed to: 

Dejan Rasic

[email protected]

(937)656-7392  [SGNCUAA5] 

 
The Response Date is being extended until 3:00 PM EST on 26 July 2018. 

See Updated PWS. and updated BOM.
  
Bid Protests Not Available

Similar Past Bids

Location Unknown 20 Mar 2019 at 1 PM
Village Virginia 18 Aug 2020 at 2 PM
Pennsylvania 24 Jun 2022 at 4 AM
Wright patterson air force base Ohio 18 Jun 2020 at 11 AM

Similar Opportunities

No Similar Opportunities Found