J--Access Upgrade
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. The solic... 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. The solicitation number is DJA-21-ASEP-PR-0757 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621 with a small business size standard of $20.50M. This requirement is a Small Business Set-Aside and only qualified sellers may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2021-08-03 12:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Washington, DC 20226 The Bureau of Alcohol, Tobacco & Firearms requires the following items, Brand Name or Equal, to the following: LI 001: Upgrade/Replace the existing IDS and 2 door Interlogix PACS system with a new IDS and Lenel Packs 2 door system using Onguard, including updating the IDS panel. Cost to include labor to install, equipment, parking, 1-year UL2050 certification, maintenance, and monitoring, 1, jb; LI 002: Lenel model# SWS-32ES OnGuard 32ES Server Software License – OnGuard Server software license includes System Administration; Alarm Monitoring; Map Designer; License Server; Comm. Server; Video Verify Support; E-mail Support; Guard Tour; Login Driver; Account Linkage; support for up to 32 card access readers and first year support plan for new systems, 1, EA; LI 003: Lenel model# ALX-T2MK3F4D TROVE 2 SERIES KIT, 4-DOORS, ENCLOSURE, BACKPLANE, EFLOW6NB, ACM4CB, VR6, PDS8CB, ACCOMMODATES FOUR (4) 12VDC / 12AH BATTERIES, 27.25IN X 21.5IN X 6.5IN, 1, EA; LI 004: Lenel model# LNL-X4420 ADVANCED INTELLIGENT DUAL READER CONTROLLER, 12 VDC OR 24 VDC AT 550MA, SIZE (6 IN (152MM) W X 8 IN (203MM) L X 1" (25MM) H); MINIMUM 16 MB STANDARD CARDHOLDER FLASH MEMORY, 50.000 EVENT MEMORY; ADDITIONAL SPACE FOR EXPANSION APPLICATIONS; DUAL RS485 IO, 1, EA; LI 005: Altronix model# BT1212 Battery 12VDC, 12AH (For Main Panel), 4, EA; LI 006: GRI model# 6644 Magnetic Contact Resistor, 2 x 1 K, 1/8- Watt, Carbon Film, With 2-Black/2-Blue Lead, 2, EA; LI 007: HID model# 920PHPTEK000P2 HID PivCLASS RP40-H Smart Card Reader, 1, EA; LI 008: HID model# 6132AKE HID R40 / RP40 Reader Spacer, 25.4mm (1.0 In), Black, 1, EA; LI 009: HID model# 921PHPTEK000UE HID PivCLASS RPK40-H Smart Card Reader, 1, EA; LI 010: Alarm Controls model# AC-RP-9 Arm/Disarm LED Plate, 1, EA; LI 011: DMP model# XR550EAG Encrypted Alarm Communicator, 1, EA; LI 012: DMP model# 318 Battery Harness, 1, EA; LI 013: DMP model# 860 Output Module, 1, EA; LI 014: DMP model# ES501 Transformer Cover, 1, EA; LI 015: DMP model# 714-16-L-G 16 Zone Expansion Module, 2, EA; LI 016: DMP model# 7060 Keypad & Zone Control Self Contained, 1, EA; LI 017: Amseco model# 747 Siren, 1, EA; LI 018: DMP model# 305 Relay, 1, EA; LI 019: Altronix model# TS112 Tamper Switch, 3, EA; LI 020: DMP model# Entre Lite IDS Management Software, 1, EA; LI 021: DMP model# Entre Lite-SPT IDS Management Software SSAISPT, 1, EA; LI 022: Magnasphere model# HSS-L2S-011 High Security Switch, 2, EA; LI 023: Sentrol model# SR-1943L BMS Brackets/Spacers, 2, EA; LI 024: Sentrol model# SR19442 L Bracket, 2, EA; LI 025: Detection Sys model# DS-938z 360 Motion Detector, 6, EA; LI 026: Yuasa model# NP-712 Back-up Battery, 4, EA; LI 027: Altronix model# AX-AL400ULX Power Supply, 1, EA; LI 028: WCW model# Wire IDS Cable (Includes labor), 1, EA; LI 029: Rexel model# Conduit/WM Conduit Stubs at Door/HE, 1, EA; LI 030: SETEC model# Various Misc. Material, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Bureau of Alcohol, Tobacco & Firearms intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Bureau of Alcohol, Tobacco & Firearms is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. Sellers understand that FedBid ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. BRAND NAME OR EQUAL FAR 52.211-6 Aug. 1999 (a) If an item in this solicitation is identified as "brand name or equal", the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must: (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by— (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this IFB. Items/services that do not conform to descriptions and part numbers found in this IFB will be rejected at the time of delivery causing a return at the vendor's expense. To be considered for award, all Sellers must be manufacturer/ Federally authorized distributors of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer on the award. Sellers may be required to provide documentation as proof of authorization to be considered for award.
Data sourced from SAM.gov.
View Official Posting »