View Other Versions: 1091712
General Buy Information
| Buy #: | 1091712_01 | |
|---|---|---|
| Solicitation #: | N0024422Q0048 | |
| Buy Description: | DORMAKABA AUTOMATED DOOR LOCK PARTS | |
| 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: | 02/01/2022 | |
| End Time: | 15:00 ET | |
| Seller Question Deadline: | 1/31/2022 - 15:00 ET | |
| Delivery: | 45 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers Seller to deliver) | |
| Repost Reason: |
The purpose of this modification 01 is to change the RDD from 45 days required to 45 days preferred.
Please Note: Repost Reason is provided as a courtesy only. Sellers are responsible for reviewing and complying with all Buy Specifications regardless of Repost Reason. |
|
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 | PART NUMBER: FDU4-NN4-E91 DESCRIPTION: Lodging access Control System Front Desk Units | 2 | EA |
| 002 | PART NUMBER: 7915011KF30-U26 DESCRIPTION: ELECT LOCK 790-K ULTRA SATIN CHROME | 126 | EA |
| 003 | PART NUMBER: RFO-F2002-B790 DESCRIPTION: LLCO RFID CARD GENERIC (MINI) | 1000 | EA |
| 004 | PART NUMBER: RFO-F3003-B790 DESCRIPTION: LLCO RFID CARD GENERIC (4K) | 100 | EA |
| 005 | PART NUMBER:RFO-F0500-CT-10 DESCRIPTION: RFID CARD GENERIC MINI TEST PACK | 1 | EA |
| 006 | PART NUMBER: 062-511806-613 DESCRIPTION: SPARE PARTS FOR 760/770/790 "K" CORES | 5 | EA |
| 007 | RETROFIT EXISTING HARDWARE | 120 | EA |
| 008 | INSTALLATION AND TRAINING FDU ONSITE PER STATEMENT OF WORK ATTACHED. | 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, delivery order, or purchase card. If utilizing a purchase card, Buyer will communicate account information to Selected Seller outside of the Marketplace.
|
|
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.)
|
Buy Terms
| Name | Description |
|---|---|
| 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. |
| 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 500. |
| 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 shipments are permitted unless specifically authorized at the time of award. |
| 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 OrdersCommercial 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) |
| DFARS Clause 252.203-7997 | Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. |
| 252.225-7000 Buy American--Balance of Payments Program Certificate. | BUY AMERICAN—BALANCE OF PAYMENTS PROGRAM CERTIFICATE—BASIC (NOV 2014) (a) Definitions. “Commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “foreign end product,” “qualifying country,” “qualifying country end product,” and “United States,” as used in this provision, have the meanings given in the Buy American and Balance of Payments Program—Basic clause of this solicitation. (b) Evaluation. The Government— (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American and Balance of Payments Program—Basic clause of this solicitation, the offeror certifies that— (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of “domestic end product”: Line Item Number Country of Origin (If known) (End of provision) |
| AUTHORIZED DORMAKABA RESELLER ONLY | Must be an authorized DORMAKABA reseller by DORMAKABA. Must provide DORMAKABA evidence that vendor is an Authorized Reseller. Quotes from other than authorized reseller will be considered unacceptable. |
Shipping Information
| City | State | Zip Code | |
|---|---|---|---|
| SAN DIEGO | CA | 92136 - 3581 |
Seller Attachment(s): Required
| SPECIFICATION; CONTRACTOR SHALL PROVIDE ATTACHMENTS WITH PRODUCT SPECIFICATION AND DESCRIPTION FOR REVIEW BY THE TECHNICAL EVALUATORS. AWARD DECISION WILL BE BASED ON LOWER PRICE TECHNICALLY ACCEPTABLE. ABILITY TO MEET THE REQUIRED DELIVERY DATE IS A REQUIREMENT. VENDORS WHO DO NOT PROVIDE AN ATTACHMENT WITH DETAILED AND LEGIBLE SPECIFICATIONS AND THE ABILITY TO MEET THE REQUIRED DELIVERY DATE WILL BE DISQUALIFIED AND WILL NOT BE CONSIDERED FOR AWARD. |
| VENDOR MUST ALSO ATTACH PROOF THAT THEY ARE A DORMAKABA AUTHORIZED RESELLER. QUOTES FROM OTHER THAN THOSE AUTHORIZED BY DORMAKABA TO BE RESELLERS, WILL BE CONSIDERED UNACCEPTABLE AND WILL NOT BE ELIGIBLE FOR AWARD. |
Buy Attachment(s)
| No. | Document Name | Document Size | |
|---|---|---|---|
| 001 | Statement_of_Work.pdf | 302 KB | |
| 002 | Sole_Source.pdf | 281 KB |
