To place a bid or register go to Unison Marketplace

View Details for Buy # 1084582

View Other Versions: 1084582_01 

General Buy Information

Buy #: 1084582  
Solicitation #: N0024421Q0302
Buy Description: Dormakaba Locks Replacement, Installation, & Training
Category: 53 -- Hardware and Abrasives
Sub Category: 5340 -- Hardware, Commercial
NAICS: 332510 -- Hardware Manufacturing
SAM Contract Opportunity: Yes
Set-Aside Requirement: Small Business
Buyer: FLC - San Diego
End Date: 09/24/2021
End Time: 13:30 ET
Seller Question Deadline: 9/23/2021 - 13:30 ET
Delivery: Special Delivery Instructions - See Statement of Work/Delivery Attachment

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s)

Item No Description Qty Unit
001 DORMAKABA FDU4-NN4-E91; ILCO FRONT DESK UNIT (FDU) G4 ENGLISH NA, WITH CABLES 2 EA
002 DORMAKABA 10990; KEYCARD, QUANTUM RFID 1K 500 EA
003 DORMAKABA RFO-F3003-B790; ILCO RFID KEYCARD, RFID GENERIC STAFF (4K) 100 EA
004 DORMAKABA RFO-F0500-CT-10; RFID CARD MINI TEST 10/PACK 1 EA
005 DORMAKABA 7901011BR30-626; ELECT 790 BEST, SAT CHR RFID MORTISE LOCK LEFT HAND (RH) LIVING QUARTERS 89 EA
006 DORMAKABA 7901011BL30-626; ELECT 790 BEST, SAT CHR RFID MORTISE LOCK RIGHT HAND (LH) LIVING QUARTERS 84 EA
007 DORMAKABA 7911211BF30-626; ELECT. LOCK 790 ELECT UTILITY LOCK 6 EA
008 DORMAKABA 7915011BF30-626; ELECT LOCK 790-K ELECT CYL SATIN CHROME 4 EA
009 DORMAKABA 062-513075-630; DRESS PLATE/WRAP PLATE ASM 1-3/4 MORTISE STAINLESS STEEL 160 EA
010 DORMAKABA 502816-630; SPECIAL STRIKE RH 4-7/8" STRIKE ONLY 84 EA
011 DORMAKABA 502815-630; SPECIAL STRIKE LH 4-7/8" STRIKE ONLY 80 EA
012 DORMAKABA INSTALLATION; RETROFIT EXISTING SAFLOK MT TO 790 IN ACCORDANCE WITH SOW 157 EA
013 DORMAKABA INSTALLATION/REPAIR/TROUBLESHOOT TRAINING FOR LOCKS & FDU; (ONSITE) PROVIDED BY CONTRACTOR FOR NBPL UNACCOMPANIED HOUSING STAFF IN ACCORDANCE WITH SOW 1 EA

Bidding Requirements

Instructions
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
The Government intends to select for award the one responsible quote which conforms to the Bidding Requirements and Buy Terms in the auction, proposes a price that is fair and reasonable, and provides the Lowest Priced, Technically Acceptable (LPTA) quote meeting the specifications of the requirement. If the lowest priced quote is not found to be Technically Acceptable, the government will evaluate the next lowest priced quote, and so on. Quotes determined to be incomplete, unreasonable, or unrealistic will not be considered for award.
The Buyer requests that Sellers bid only the Brand Name and part number provided (exact make, model, part number and/or description). This means that bids containing substitutions will be viewed as UNACCEPTABLE. If you are not able to deliver the line item as requested, DO NOT BID. Please direct any questions to the Buyer through our 'Submit a Question' button.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award.
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
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.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)
The Buyer has provided special instructions for delivery – See Statement of Work/Delivery Attachment.

Buy Terms

Name Description
52.204-24 Offerors must provide a filled out copy of 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT
52.212-3 Offeror Representations and Certifications - Commercial Items
Miscellaneous This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm
NAICS The NAICS code is 332510 and the Small Business Standard is 750 employees.
FOB Destination FAR 52.247-34, F.o.b. Destination applies
Equipment Condition New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
No partial bids allowed No partial bids are permitted.
Offer Period Bid MUST be good for 30 calendar days after close of Buy.
FAR Site The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/
52.204-10 52.204-10 Reporting Subcontract Awards.
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012)
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (May 2012)
52.212-2 52.212-2 Evaluation - Commercial Items.
52.212-5 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items.
52.219-28 52.219-28 Post-Award Small Business Program Rerepresentation.
52.222-3 52.222-3 Convict Labor
52.222-19 52.222-19 Child Labor--Cooperation with Authorities and Remedies
52.222-21 52.222-21 Prohibition of Segregated Facilities
52.222-26 52.222-26 Equal Opportunity
52.222-35 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
52.222-36 52.222-36 Affirmative Action for Workers w/ Disabilities
52.222-37 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans.
52.223-18 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010)
52.225-13 52.225-13 Restrictions on Certain Foreign Purchases.
52.232-18 52.232-18 Availability of Funds
252.211-7003 252.211-7003 Item Identification & Valuation (AUG 2008)
252.212-7001 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011)
252.232-7003 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.
252.247-7023 252.247-7023 Transportation of Supplies by Sea (MAY 2002)
252.247-7023 (iv) Alt III 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023.
252.225-7000, 252.232-7010, 5252.NS-046P, 52.212-4, 52.212-1, 52.252 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation.
252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sep 2011)
DFARS Clause 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation)
DFAR Clause 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation)
252.204-7003 Control of Government Personnel Work Product (April 1992)
DFARS Clause 252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012)
252.225-7001 Buy American Act & Balance of Payments (Oct 2011)
Evaluation Criteria/Basis of Award Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer.
SAM Requirement 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.
252.246-7003 Safety Issue
52.212-4 Contract Terms and Conditions -- Commercial Items (DEC 2014)
52.222-29 Notification of Visa Denial (APR 2015)
52.233-1 Disputes (MAY 2014)
52.247-34 F.O.B. Destination (NOV 1991)
252.204-7004 Alt A System for Award Management Alternate A (FEB 2014)
252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013)
252.225-7002 Qualifying Country Sources As Subcontractors (DEC 2012)
252.232-7010 Levies on Contract Payments (DEC 2006)
252.243-7001 Pricing of Contract Modifications (DEC 1991)
52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
52.252-6 Authorized Deviations in Clauses (APR 1984)
252.232.7006 Wide Area Workflow Payment Instructions (MAY 2013)
52.219-6 Notice of Total Small Business Set-Aside.
52.219-8 Utilization of Small Business Concerns.
52.204-7 System for Award Management (JUL 2013)
52.228-5 Insurance - Work On A Government Facility (JAN 1997)
52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)
52.232-1 -- Payments The Government shall pay the Contractor, upon the submission of proper invoices or vouchers, the prices stipulated in this contract for supplies delivered and accepted or services rendered and accepted, less any deductions provided in this contract. Unless otherwise specified in this contract, payment shall be made on partial deliveries accepted by the Government if -- (a) The amount due on the deliveries warrants it; or (b) The Contractor requests it and the amount due on the deliveries is at least $1,000 or 50 percent of the total contract price.
52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQU Offerors must provide a filled out copy of 52.204-24

Shipping Information

City State   Zip Code
See Statement of Work

Seller Attachment(s): Required

Offerors shall fill out the provided 52.204-24 word document and provide it as an attachment to their quote.

Buy Attachment(s)

No. Document Name   Document Size
001 Ilco_FDU.pdf   305 KB
002 Brand_Name_Sole_Source_Continuation_Sheet.xlsx   11 KB
003 Ilco_790_Series.pdf   723 KB
004 OFFEROR_SHALL_FILL_OUT_52.204-24   15 KB
005 Lock_Orientation_by_Bldg_Room.xlsx   32 KB
006 Brand_Name_Sole_Source.pdf   1,416 KB
007 SOW_-_Statement_of_Work.docx   29 KB