To place a bid or register go to Unison Marketplace

View Details for Buy # 981105_01

View Other Versions: 981105  981105_02  981105_03  981105_04 

General Buy Information

Buy #: 981105_01  
Solicitation #: 0011260852-0002
Buy Description: AMAG Symmetry access control security system
Category: 70 -- Information Technology (ADP) Equipment (Including Firmware), Software, Supplies and Support Equipment
Sub Category: 7030 -- IT Software
NAICS: 561621 -- Security Systems Services (except Locksmiths)
SAM Contract Opportunity: Yes
Set-Aside Requirement: Small Business
Buyer: MICC Fort Eisenhower
End Date: 07/26/2019
End Time: 11:00 ET
Seller Question Deadline: 7/19/2019 - 11:00 ET
Delivery: 30 Day(s) - Required (No. of calendar days after receipt of order (ARO) by which Buyer requires Seller to deliver)
Repost Reason: Post Brand Name and updated SOW with site visit information
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 Symmetry Homeland Security Platform 1 EA
002 Symmetry Professional 256 Reader License 1 EA
003 Symmetry Data Connect Module 1 EA
004 Symmetry XML SDK Net Web Service 1 EA
005 Symmetry EdgeNetwork 100K MK-2 DBU Board 1 EA
006 Symmetry M2150 4DC HSE-4 Reader Panel 1 EA
007 Symmetry Wiegand Interface Module Wim 4 1 EA
008 m200 Pivclass Authentication Module 1 EA
009 924NPRTEK00504 HID-3 Factor Reader RDR 1 EA
010 HID Federal ID pivCLASS Certificate 1 EA
011 Proxy and Updates Symmetry 1 EA
012 Hid Fed ID pivclass Validation Workstati 1 EA
013 Hid Fed ID pivclass Registration Engine 1 EA
014 MSO 1350e v2-Morphosmart optic 1350e 1 EA
015 Omnikey USB Reader-Reads & Encodes 1 EA
016 Targus Numeric Keyboard 1 EA
017 Symmetry Professional client Software 3 EA
018 Symmetry M2150 4DBC HSE 4 Reader Panel 23 EA
019 Symmetry M2150 8DBC HSE 8 Reader Panel 17 EA
020 Symmetry M2150 8DC HSE 8 Reader Panel 2 EA
021 Symmetry m2150 24 input/4 output hse pan 3 EA
022 Symmetry Wiegand Interface Module Wim 8 19 EA
023 Symmetry m2150 nic Module 10/100mbps 40 EA
024 Symmetry CAB4A Enclosure Kit 1 EA
025 Symmetry cab3a enclosure Kit 1 EA
026 Symmetry 75va ul transformer-110v/18vac 1 EA
027 LifeSafety Power Enclosure-8DR Dual Volt 23 EA
028 Symmetry 150va ul transformer-110v/18vac 1 EA
029 LifeSafety Power Enclosure-8dr dual Volt 14 EA
030 LifeSafety Power Enclosure-16dr dual Vol 3 EA
031 Gold level SSA-Estimate-additional Year 1 EA
032 Bundle Server/SQL License: Dual PS 1 EA
033 Small Form Factor Workstation embedded G 3 EA
034 Easylobby-svm main applicationper workst 1 EA
035 Basic Government denied party screening 1 EA
036 Combo smart passport and license reader 1 EA
037 aci-amag 1 EA
038 Logitech quickcam camera - c920 1 EA
039 Easylobby-dymo 450 turbo thermal print 1 EA
040 Easylobby-dymo 30856 non-adhesbadges,qt 1 EA
041 Professional Services-implementation e 1 EA
042 TEMPbadge 08178 3"x4" Reusable Red Visit 5 EA
043 Easylobby garment friendly strap clips, 2 EA
044 Containment cube - cabling/installation 1 EA
045 Materials-removal/install of controllers 45 EA
046 Misc Materials-new Visitor Management 1 EA
047 Flatfile import utility support 1 EA
048 Installation-HR Integration using flatfi 1 EA
049 hid Federal ID pivclass fixed reader ser 40 EA
050 hid Federal ID pivclass certificate mana 5 EA
051 hid Federal ID pivclass registration eng 5 EA
052 hid Federal ID pivclass validation works 5 EA
053 nano nxt wall mnt iris reader 1 EA
054 identity suite nxt license 1 EA
055 Remote installation support 4 EA
056 nano nxt surface mount box 1 EA
057 myris handheld usb biomet rdr 1 EA
058 Freight 1 EA
059 Installation 1 EA

Bidding Requirements

Instructions
In addition to providing pricing through the marketplace, Sellers MUST include certain non-pricing information as document(s) attached to their Bid, so they are received no later than the closing date and time of this Buy. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive. The attachment(s) must include the following non-pricing information: Pricing along with item descriptions. A site visit will be conducted on 22 July 2019. If you wish to attend please email tara.l.mcadoo.civ@mail.mil with your company information. You must attend site visit to bid. The place and time will be provided once email is received.
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
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.
Sellers understand that the Marketplace ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.
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
Request For Quotation "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."
FAR Provisions 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.
FAR Clauses 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.
DFARS Clauses 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 Information
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.
ORCA Requirement Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov.
Equipment Condition New equipment ONLY, NO remanufactured or used products. No "GREY" market items.
Offer Period Bid MUST be good till 30 September 2019
Shipping Condition FOB Destination CONUS (CONtinental U.S.)
Shipping Information No partial shipments unless otherwise specified at time of order
WAWF In accordance with DFARS 252.232-7003, “Electronic Submission of Payment Requests and Receiving Reports”, 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 “about WAWF”. 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.MIL
NAICS Code Requirement NAICS Code _____ must be present in vendor SAM account prior to contract award
CLAUSE 252.213-7000: Notice to Prospective suppliers on Use of Past Performance Information Retrieval System.

Shipping Information

City State   Zip Code
Fort Gordon GA   30905

Seller Attachment(s): Required

The attachment(s) must include the following non-pricing information: Pricing along with item descriptions. A site visit will be conducted on 22 July 2019. If you wish to attend please email tara.l.mcadoo.civ@mail.mil with your company information. You must attend site visit to bid. The place and time will be provided once email is received.

Buy Attachment(s)

No. Document Name   Document Size
001 Brand_Name_Justification_AMAG.pdf   339 KB
002 SOW_Access_Control.DOCX   52 KB