Wyoming Bids > Bid Detail

Ferromagnetic Security Portal (Brand Name or equal SentryHound-Pro)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 63 - Alarm, Signal, and Detection Systems
Opps ID: NBD00159192034800847
Posted Date: Jul 7, 2023
Due Date: Jul 17, 2023
Solicitation No: FA461323Q0014
Source: https://sam.gov/opp/fa6da3a2d4...
Follow
Ferromagnetic Security Portal (Brand Name or equal SentryHound-Pro)
Active
Contract Opportunity
Notice ID
FA461323Q0014
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFGSC
Office
FA4613 90 CONS PK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jul 07, 2023 01:11 pm MDT
  • Original Date Offers Due: Jul 17, 2023 10:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 01, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Partial Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6350 - MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 334290 - Other Communications Equipment Manufacturing
  • Place of Performance:
    FE Warren AFB , WY 82005
    USA
Description

Combined Synopsis/Solicitation

Solicitation Number: FA461323Q0014

Purchase Description: Ferromagnetic Security Portal



Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.



This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the SAM.gov as a Total Small Business Set Aside.



The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461323Q0014, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 334290, with a small business size standard of 800 employees.



The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR) 2023-04 effective 02 June 2023, Defense Federal Acquisition Regulation Supplement (DFARS) effective 09 June 2023 and Air Force Federal Acquisition Regulation Supplement (AFFARS) effective 08 May 2023.



DESCRIPTION OF COMMODITY:



The contractor shall provide two (2) ferromagnetic security portals with standard one-year warranties and shall provide an additional one-year full warranty for each portal for security needs on F. E. Warren AFB. The Government is pursuing a brand name or equal acquisition to Berkeley Varitronics Systems Incorporated (Inc) SentryHound-Pro dual pole portal ferromagnetic security portal.



TECHNICAL CAPABILITY CRITERIA OF COMMODITY:



Brand name or equal to Berkeley Varitronics Systems Inc SentryHound-Pro. Salient characteristics shall include:



- Single Pole Setup



- Minimum of 4 independent sensors – One (1) for the zones: head/shoulders, chest/waist, thighs/knees, and ankles/feet



- No radiation emitted



- Minimum flow rate of 25 people per minute with detections



- Minimum flow rate of 120 people per minute with no detections



- Integrated siren (audible alert notifications)



- Lightweight, versatile, & minimum 12-hour battery life



- For indoor and outdoor use with sealed protection



- Minimum checkpoint zones 64" wide by 75" high



- Shall be able to detect personal electronic devices (cell phones, smartwatches, wearables, tablets, and other portable electronics) whether on or off and to detect weapons



- One (1) year warranty



CLIN STRUCTURE:



CLIN 0001: Ferromagnetic security portal (brand name or equal - Berkeley Varitronics Systems Inc SentryHound-Pro)

Quantity: 2 Unit of Issue: Each



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________



CLIN 0002: Additional One (1) year full warranty

Quantity: 2 Unit of Issue: Each



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________



All CLINs F.O.B. Destination.



LIST OF ATTACHMENTS:



Attachment 1 – Provisions and Clauses



Attachment 2 – Supplemental Clauses



DELIVERY DATES: Delivery shall be completed 60 calendar days or less after award date.



PLACE OF DELIVERY: Francis E. Warren AFB, WY 82005



RESPONSES/QUOTES:



Responses/quotes MUST be received no later than Monday, July 17, 2023; by 1000 (Mountain Daylight Time). Forward responses by e-mail to jason.moldenhauer.1@us.af.mil and trisha.lamarr@us.af.mil.



OTHER INFORMATION:



Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at time of submission of quote. Failure to do so will result in the offer being deemed ineligible for award.



This COMBO is not authorization to begin performance and in no way obligates the Government for any costs incurred by the contractor for this requirement. The Government reserves the right not to award a contract in response to this RFQ. Prior to commencement of any activities associated with performance of this requirement, the Government will issue a written directive or contractual document signed by the Contracting Officer with appropriate consideration established.



APPLICABLE PROVISIONS AND CLAUSES:



All applicable Provision and Clauses can be found in Attachment 1– Provisions and Clauses and Attachment 2 – Supplemental Clauses. In addition, the following are instructions and evaluation factors specific to this Combined Synopsis/Solicitation.



FAR 52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (MAR 2023)



FAR 52.212-1 is hereby tailored as follows:



1. Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1.



2. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.



3. The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and “quote,” respectively. Further, the term “award” shall be understood to describe the Government’s issuance of an order.



4. The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable.



5. Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:



5.1 In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission:



5.1.1 Cover Page to Include the following:



Quote must include the following information either on cover page, email, or in the quote:



5.1.1.1 Company Name



5.1.1.2 Cage Code and Unique Entity ID



5.1.1.3 Physical Address



5.1.1.4 Point of Contact



5.1.1.5 Phone number



5.1.1.6 Email address



5.1.1.7 Business Type



5.1.1.8 Delivery (must match the solicitation’s delivery requirement or sooner)



5.1.2 Firm Fixed Pricing to Include:



5.1.2.1 Quote must include price of each item.



5.1.2.2 Quote must include the cost of shipping within the price.



5.1.2.3 Discount Terms if offered.



5.1.3 Technical Capability:



5.1.3.1 Quote must identify the make and model for each line item.



5.1.3.2 Quote must include product description that reflects the characteristics identified to show that the quality will satisfy the Government’s need.



5.1.3.3 Quote must include the standard one (1) year warranty for each line item. The additional one (1) year warranty must be on a separate line. The warranty coverage must total two (2) years for each item.



FAR 52.212-2 EVALUATION -- COMMERCIAL ITEMS (NOV 2021)



FAR 52.212-2 is hereby tailored as follows:



The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes that do not include all requested information in FAR 52.212-1 in 5.1.1 will be considered nonresponsive. The following factors shall be used to evaluate quotes:



1. Technical capability of the item offered: meets the Government requirement/specifications in FAR 52.212-1 in 5.1.3 of this Combined Synopsis/Solicitation. If all requested information is not provided or does not meet the requirements identified, the Government will determine the quote to be unacceptable.



2. Price: Award will be made to the lowest priced technically acceptable.



2.1. Pricing must meet the requirement/specifications in FAR 52.212-1 in 5.1.2 of this Combined Synopsis/Solicitation. No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.



2.2. The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government’s best interest to do so.



2.3 A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



(End of Provision)


Attachments/Links
Attachments
Document File Size Access Updated Date
Attachment 1 - Provisions and Clauses.pdf (opens in new window)
664 KB
Public
Jul 07, 2023
Attachment 2 - Supplemental Clauses.pdf (opens in new window)
1 MB
Public
Jul 07, 2023
file uploads

Contact Information
Contracting Office Address
  • CP 307 773 3888 7505 BARNES LOOP BLDG 208
  • FE WARREN AFB , WY 82005-2860
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jul 07, 2023 01:11 pm MDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >