The RFP Database
New business relationships start here

Intrusion Detection System (IDS) Upgrade Materials


California, 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 Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Competitive quotes are being requested under Request for Quote (RFQ) # N66001-18-Q- 8050. The NAICS code applicable to this acquisition is 334210 and the small business size standard is 1,250 employees. This procurement is a Total Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. THIS IS A BRAND NAME, DO NOT SUBSTITUTE REQUIREMENT. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows: ITEM 0001 Intrusion Detection Panel Technical Specifications: 99 Alarm points, on-board Ethernet port for Conettix IP, RPS programming compatible, 10.625 in x 7.75in x 1.875 in MFG: Bosch P/N: B8512G QTY: 2 Each ITEM 0002 Color Graphic Keypad Technical Specifications: Color graphic screen, 6.2 in x 4.7 in x 0.6 in MFG: Bosch P/N: B942W QTY: 2 Each ITEM 0003 Relay Module, 8 outputs Technical Specifications: Octo-output module, compatible with SDI2 bus. MFG: Bosch P/N: B308 QTY: 2 Each ITEM 0004 Input Module, 8 Inputs Technical Specifications: Octo-input module, connects to a control panel through SDI2 bus MFG: Bosch P/N: B208 QTY: 2 Each ITEM 0005 Grey Steel Enclosure Technical Specifications: 16 in. x 16 in. x 3.5 in, Grey, Pre-drilled mounting kit for Bosch G series panels MFG: Bosch P/N: D8103 QTY: 2 Each ITEM 0006 Cabinet Tamper Switch Technical Specifications: Screw on tamper switch for D8103 panels, Qty 2 per pack MFG: Bosch P/N: D110 QTY: 1 Each ITEM 0007 16.5VAC 40VA Plug in Transformer Technical Specifications: 3.2 in x 2.8 in x 2.2 in, 16.5VAC, 40VA, White MFG: Bosch P/N: D1640 QTY: 2 Each ITEM 0008 Enclosure Keys MFG: Bosch P/N: D101 QTY: 2 Each ITEM 0009 Panel Backup Battery 12VDC 7AH Technical Specifications: 6 in. x 2.5 in. x 3.7 in., 12 V, 7.2 Ah, 20-hour rate MFG: Bosch P/N: D126 QTY: 2 Each ITEM 0010 D6100 Receiver Rackmount Technical Specifications: Mounting Kit for a 19" Rack MFG: Bosch P/N: D6100RMK QTY: 2 Each ITEM 0011 Intrusion Detection Panel Receiver Kit Technical Specifications: 120VAC transformer, Blade Style Plug, One Conettix D6100 Receiver MFG: Bosch P/N: D6100IPV6-LT QTY: 2 Each ITEM 0012 Receiver Account License Technical Specifications: USB Sentinel Receiver Account License 500 Max MFG: Bosch P/N: D6201-500-USB QTY: 2 Each ITEM 0013 Alarm Keypad Mounting Enclosure Technical Specifications: 5.5 in. x 4.1 in. x 1.7 in., White, ABS Plastic MFG: Bosch P/N: B56 QTY: 2 Each ITEM 0014 OnGuard 32ES Server Software License Technical Specifications: Server Alarm Monitoring MFG: Lenel P/N: SWS-32ES QTY: 1 Each ITEM 0015 OnGuard 32ES Client Software License Technical Specifications: Client Alarm Monitoring MFG: Lenel P/N: SWC-32ES QTY: 1 Each ITEM 0016 Central Station Receiver License (Primary and Failover) Technical Specifications: Communication Software for Central Station Receiver MFG: Lenel P/N: SWG-1410 QTY: 2 Each ITEM 0017 Balanced Magnetic Switch HSS Single Alarm Contact Technical Specifications: UL 634 Level 2 HSS, Integrated Magnet/Removal Tamper, Integrated 1Kohm/2Kohm resistors, Single alarm contact MFG: Magnasphere P/N: L2S-004 QTY: 2 Each ITEM 0018 Balanced Magnetic Switch HSS Dual Alarm Contact Technical Specifications: UL 634 Level 2 HSS, Integrated Magnet/Removal Tamper, Integrated 1Kohm/2Kohm resistors, Dual alarm contact MFG: Magnasphere P/N: L2D-004 QTY: 2 Each ITEM 0019 HSS Plastic Shims Technical Specifications: 10 Pack, 1/16" thick plastic shims for HSS with 20 2.5" screws MFG: Magnasphere P/N: SP-062 QTY: 2 Each ITEM 0020 Adjustable Magnet Bracket (Aluminum) Technical Specifications: 5.5" x 1.5", with mounting holes for L2S-000 MFG: Magnasphere P/N: HSS-1229 QTY: 2 Each Delivery Date: 4 Weeks or sooner ARO Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance: U.S. FLEET ACTIVITIES YOKOSUKA SPAWAR BLDG A-40 1-CHOME HONCHO, YOKOSUKA-SHI KANAGAWA-KEN, JAPAN 238-0041 Offeror Instructions: Notice: The Government may consider quotes that fail to follow all instructions to be unacceptable and ineligible for contract award. Quotes shall: 1. Include pricing for each individual unit and a total price in US Dollars ($); 2. Be written in English and show the offeror name, address, DUNS and CAGE code, business size and type of small business, and telephone and e-mail address of an Offeror point of contact; 3. Be submitted in electronic PDF or Excel format; and 4. Quote FOB Destination 5. Include Payment Terms Net 30 (Payments made through WAWF/iRAPT) 6. Include the following certification and supply chain information. The certification statement below applies to line items 0001 through 0020. Certification: "To be considered for award, the offeror certifies that the product(s) being offered is an original, new and Trade Agreements Act (TAA) compliant product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufacturer to sell the products that are the subject of this action in the US (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the US)." Certification is not limited in pages. Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, TAA compliant, and in their original packaging. By making an offer, offeror also consents to no cost cancellation of the non-compliant awarded items if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturer or that offeror was not authorized by the manufacturer to sell the product in the US, or that the product is in some manner not TAA compliant. The technical acceptability shall include the following: Factor I Technical Acceptability: The "Brand Name" item(s) (including part numbers) along with the salient physical, functional, and performance characteristics that must be met are specified in item descriptions given above. Offerors shall provide a quote (no page limit) that identifies the Brand Name items. Additionally, offerors shall specify delivery timeframes in their quote that meet or exceed the required delivery timeframe specified above. The price quote shall include the following: Factor II Price: The price quote shall include the following: Offerors shall provide a unit price for each brand name item and a total firm-fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above. Evaluation Factors for Award: Factor I Technical Acceptability: The Government will evaluate the quote to see if the proposed items are the Brand Name items that meet the salient characteristics provided in the line item descriptions given above. Factor II- Price: The Government will evaluate the total price to determine if it is fair and reasonable. Notice: Any offer rated "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award. Basis For Award: This procurement will use the lowest price technically acceptable source selection methodology. The Government intends to award a purchase order to the lowest price technically acceptable quote received in response to this solicitation. Any quote evaluated as unacceptable will not receive an award. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-91 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20161222. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/. The following FAR and DFARS provisions apply to this acquisition: 52.204-7, System for Award Management (Oct 2016) 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) 52.204-17, Ownership or Control of Offeror (Jul 2016) 52.204-20, Predecessor of Offeror (Jul 2016) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations- Representation (Nov 2015) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.212-1, Instructions to Offerors Commercial Items (Jan 2017); 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items (Jan 2017); 52.219-1 and Alt I, Small Business Program Representations (Oct 2014) 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) 52.222-25, Affirmative Action Compliance (Apr 1984) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals- Representation (Dec 2016) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications (Oct 2015); 52.252-5, Authorized Deviations in Provisions (Apr 1984) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System- Statistical Reporting in Past Performance Evaluations (Jun 2015) 252.217-7026, Identification of Sources of Supply (Nov 1995) 252.247-7022, Representation of Extent of Transportation by Sea (Aug 1992). The following FAR and DFARS clauses, incorporated by reference, apply to this acquisition: 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016); 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016); 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017). 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes: 52.219-6, Notice of Total Small Business Set-AsideAlt I (Nov 2011) 52.219-28, Post-Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Oct 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-25, Prompt Payment (Jul 2013) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); 52.233-1, Disputes (May 2014) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 52.247-34, F.O.B. Destination (Nov 1991) 52.252-2, Clauses Incorporated by Reference (Feb 1998) 52.252-6, Authorized Deviations in Clauses (Apr 1984) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013); 252.204-7003, Control of Government Personnel Work Product (Apr 1992); 252.204-7006, Billing Instructions (Oct 2005); 252.204-7011, Alternative Line Item Structure (Sep 2011); 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Oct 2016); 252.223-7008, Prohibition of Hexavalent Chromium (May 2011) 252.225-7001, Buy American and Balance of Payment Program- Basic (Dec 2016) 252.225-7048, Export-Controlled Items (Jun 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012); 252.232-7006, Wide Area Work Flow Payment Instructions (May 2013); 252.232-7010, Levies on Contract Payments (Dec 2006); 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.244-7000, Subcontracts for Commercial Items (Jun 2013) 252.246-7008, Sources of Electronic Parts (Oct 2016). This RFQ closes on Thursday, 26 April 2018 at 10:00 AM, Pacific Standard Time. Questions and quotes must be uploaded on the SPAWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-18-Q-8050. E-mail quotes or offers will not be accepted. Late quotes will not be accepted. For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. The point of contact for this solicitation is Ashley Cooper at ashley.cooper@navy.mil. Please include RFQ# N66001-18-Q-8050 on all inquiries. The due date for questions is Wednesday, 25 April 2018 at 1:00 PM, Pacific Standard Time. Questions may be addressed afterward at the discretion of the Government. All responding vendors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have a registered DUNS and CAGE Code.

Point of Contact - Ashley V Cooper, Contract Specialist, 619-553-4360; Peaches Francis, Contracting Officer, 619-553-4507

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP