The RFP Database
New business relationships start here

AMAG Symmetry access control security system


Virginia, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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 0011260852-0002 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 2019-03. 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 offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-07-19 15:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Fort Gordon, GA 30905The MICC Fort Gordon requires the following items, Brand Name or Equal, to the following: LI 001: Symmetry Homeland Security Platform, 1, EA;LI 002: Symmetry Professional 256 Reader License, 1, EA;LI 003: Symmetry Data Connect Module, 1, EA;LI 004: Symmetry XML SDK Net Web Service, 1, EA;LI 005: Symmetry EdgeNetwork 100K MK-2 DBU Board, 1, EA;LI 006: Symmetry M2150 4DC HSE-4 Reader Panel, 1, EA;LI 007: Symmetry Wiegand Interface Module Wim 4, 1, EA;LI 008: m200 Pivclass Authentication Module, 1, EA;LI 009: 924NPRTEK00504 HID-3 Factor Reader RDR, 1, EA;LI 010: HID Federal ID pivCLASS Certificate, 1, EA;LI 011: Proxy and Updates Symmetry, 1, EA;LI 012: Hid Fed ID pivclass Validation Workstati, 1, EA;LI 013: Hid Fed ID pivclass Registration Engine, 1, EA;LI 014: MSO 1350e v2-Morphosmart optic 1350e, 1, EA;LI 015: Omnikey USB Reader-Reads & Encodes, 1, EA;LI 016: Targus Numeric Keyboard, 1, EA;LI 017: Symmetry Professional client Software, 3, EA;LI 018: Symmetry M2150 4DBC HSE 4 Reader Panel, 23, EA;LI 019: Symmetry M2150 8DBC HSE 8 Reader Panel, 17, EA;LI 020: Symmetry M2150 8DC HSE 8 Reader Panel, 2, EA;LI 021: Symmetry m2150 24 input/4 output hse pan, 3, EA;LI 022: Symmetry Wiegand Interface Module Wim 8, 19, EA;LI 023: Symmetry m2150 nic Module 10/100mbps, 40, EA;LI 024: Symmetry CAB4A Enclosure Kit, 1, EA;LI 025: Symmetry cab3a enclosure Kit, 1, EA;LI 026: Symmetry 75va ul transformer-110v/18vac, 1, EA;LI 027: LifeSafety Power Enclosure-8DR Dual Volt, 23, EA;LI 028: Symmetry 150va ul transformer-110v/18vac, 1, EA;LI 029: LifeSafety Power Enclosure-8dr dual Volt, 14, EA;LI 030: LifeSafety Power Enclosure-16dr dual Vol, 3, EA;LI 031: Gold level SSA-Estimate-additional Year, 1, EA;LI 032: Bundle Server/SQL License: Dual PS, 1, EA;LI 033: Small Form Factor Workstation embedded G, 3, EA;LI 034: Easylobby-svm main applicationper workst, 1, EA;LI 035: Basic Government denied party screening, 1, EA;LI 036: Combo smart passport and license reader, 1, EA;LI 037: aci-amag, 1, EA;LI 038: Logitech quickcam camera - c920, 1, EA;LI 039: Easylobby-dymo 450 turbo thermal print, 1, EA;LI 040: Easylobby-dymo 30856 non-adhesbadges,qt, 1, EA;LI 041: Professional Services-implementation e, 1, EA;LI 042: TEMPbadge 08178 3"x4" Reusable Red Visit, 5, EA;LI 043: Easylobby garment friendly strap clips,, 2, EA;LI 044: Containment cube - cabling/installation, 1, EA;LI 045: Materials-removal/install of controllers, 45, EA;LI 046: Misc Materials-new Visitor Management, 1, EA;LI 047: Flatfile import utility support, 1, EA;LI 048: Installation-HR Integration using flatfi, 1, EA;LI 049: hid Federal ID pivclass fixed reader ser, 40, EA;LI 050: hid Federal ID pivclass certificate mana, 5, EA;LI 051: hid Federal ID pivclass registration eng, 5, EA;LI 052: hid Federal ID pivclass validation works, 5, EA;LI 053: nano nxt wall mnt iris reader, 1, EA;LI 054: identity suite nxt license, 1, EA;LI 055: Remote installation support, 4, EA;LI 056: nano nxt surface mount box, 1, EA;LI 057: myris handheld usb biomet rdr, 1, EA;LI 058: Freight, 1, EA;LI 059: Installation, 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, MICC Fort Gordon intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. 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. MICC Fort Gordon 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."Wherever the words ""offer"", ""proposal"", ""offerors"", or similar terms are used in this solicitation, they shall be read to mean ""quote"", ""quotation"", ""quoter"", ""vendor"" or similar corresponding term to reflect that this solicitation is a request for Quotations, not a Request for Proposals or an
Invitation for Bids."The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acqnet.gov/far.The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions; 252.204-7012 Safeguarding of Unclassified Controlled Technical InformationThis 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 must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov.New equipment ONLY, NO remanufactured or used products. No "GREY" market items.Bid MUST be good till 30 September 2018FOB Destination CONUS (CONtinental U.S.)No partial shipments unless otherwise specified at time of orderIn accordance with DFARS 252.232-7003, BElectronic Submission of Payment Requests and Receiving ReportsB, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under Babout WAWFB. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MILNAICS Code _____ must be present in vendor SAM account prior to contract awardNotice to Prospective suppliers on Use of Past Performance Information Retrieval System.

Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com;

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP