The RFP Database
New business relationships start here

Electronic Key Control System


Iowa, 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 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, W912LP-17-Q-6003, 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) 2005-95, effective 19 Jan 2017.  This solicitation is Unrestricted.  The NAICS code is 339999 and the small business size standard is 500 employees. Basis for award is Price. The following commercial items are requested in this solicitation:


Item 0001: Electronic Key Control System. The key control system shall have the capability of holding a minimum of 192 keys. 

The cabinet/system shall meet the following minimum requirements:
* Cabinets shall be constructed of steel or sheet metal, minimum of 18 gauge
* Cabinet doors shall be constructed of steel, minimum of 13 gauge
* Cabinet must be wall mounted and allow for expansion at a later date to handle large amounts of keys
* The cabinet shall include a minimum 2-line backlit display with a minimum of 16 characters per line, and alpha-numeric keypad
* Cabinets must have electric lock that only opens if user has access to the keys requested
* In case of emergencies the cabinet should include a mechanical key override system to allow access to the keys
* The cabinet shall include an alarm to indicate unauthorized use
* Key locations should be identified by built-in display and illuminating key location
* Each key shall be electronically locked (separate locations) within the cabinet and releasable only by an authorized user
* Electronic key tags must have tough, tamper-proof housing with an electronic link between the key and the cabinet
* The display panel shall be lighted, and include alpha-numeric keypads
* The system shall include a battery back-up capable of providing power for a minimum of 48-hours
* The system shall have capability to hold memory for long term power loss
* The system shall include a minimum of two RS-232 serial ports 
* The system shall include built-in Internal Card Reader interface and Relay Input interface
* System shall have capability of PC communication with the Key Control System through a network via TCP/IP
* Communications and electrical connections may be external or internal
* System shall be user serviceable
* System shall include the following:
    o Software required to run system on physical media
    o Cables required for connection to computer and internet
    o User manual and service/maintenance contact information

The software shall meet the following minimum requirements:
* Software must have a United States Army or Department of Defense Certificate of Networthiness (CoN). Documentation of the CoN must be provided with the quotation
* Capability for users to return keys to any open location within the cabinet
* Capable of tracking key movements by Time, Date and User Code
* Capable of key removal by number or name
* Alarm for overdue keys, illegal removals, open door, illegal entry, and invalid keys
* Capability to handle a minimum of 100 user codes and multiple access levels
* Capability for authorized users to enable an emergency release function for keys
* Capable of authorizing number of keys a user can have out at any given time from 0-10, with 0 being unlimited
* Capable of producing reports including Key Name, User Name, and Time & Date of transaction, with no computer needed
* Capable of producing audit trail reports by Key, User, Events, Alarms, and Date
* Auto activation/deactivation function that will allow users to be setup with a start and end date for access to the system
* Capability for user access to be setup using a login method other than the keypad, to include a card reader
* Capability for automatic e-mails to be sent for specified alarms, key removals, and key returns


The following provisions are incorporated into this solicitation by reference:
FAR 52.212-1, Instructions to Offerors - Commercial
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7011, Alternative Line Item Structure
DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations
DFARS 252.225-7031, Secondary Arab Boycott of Israel


The following clauses are incorporated into this solicitation by reference:
FAR 52.212-4, Contract Terms and Conditions - Commercial Items
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors
DFARS 252.211-7008, Use of Government-Assigned Serial Numbers
DFARS 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.225-7001, Buy American Act and Balance of Payments Program
DFARS 252.225-7048, Export Controlled Items
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.247-7023, Transportation of Supplies by Sea


The following provisions are incorporated by full text.  The full text is found in Attachment #1, "Solicitation W912LP-17-Q-6003 Full-Text Provisions and Clauses." (Offerors shall complete the representations and certifications required by the following provisions within their System for Award Management (SAM) profile. If any of the following provisions are NOT listed within SAM, offerors shall complete the representations or certifications on Attachment #1 and return it with their quotation.)
FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
FAR 52.212-3 Alternate I, Offeror Representations and Certifications - Commercial Items Alternate I
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate


The following clauses are incorporated by full text.  The full text is found in Attachment #1, "Solicitation W912LP-17-Q-6003 Full-Text Provisions and Clauses."
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items
DFARS 252.211-7003, Item Unique Identification and Valuation
DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions



Proposals are due at 10:00 Central time on September 27, 2017 at USPFO for Iowa, Camp Dodge, ATTN: Vicky Williams, 7105 NW 70th Ave, Bldg 3475, Johnston, IA, 50131-1824.  Proposals may be submitted via e-mail to vicky.l.williams10.civ@mail.mil. ; Facsimile quotations will not be accepted.  Questions regarding this solicitation may be directed to Ms. Vicky Williams, Contract Specialist at (515) 252-4615, vicky.l.williams10.civ@mail.mil.


Vicky L. Williams, Contract Specialist, Phone 5152524615, Email vicky.l.williams10.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP