Lock and Key Replacement

expired opportunity(Expired)
From: Federal Government(Federal)
FIN-53100-21-0077

Basic Details

started - 20 Aug, 2021 (about 2 years ago)

Start Date

20 Aug, 2021 (about 2 years ago)
due - 23 Aug, 2021 (about 2 years ago)

Due Date

23 Aug, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
FIN-53100-21-0077

Identifier

FIN-53100-21-0077
TREASURY, DEPARTMENT OF THE

Customer / Agency

TREASURY, DEPARTMENT OF THE (2799)BUREAU OF THE FISCAL SERVICE (623)ARC DIV PROC SVCS - FINCEN (26)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (5)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

RFQ-FIN-53100-21-0077 AmendmentThe purpose of this amendment is as follows:To provide an updated solicitation package (See Attachment RFQ Amend 4)To answer additional questions (See Attachment Additional QA Amendment 4)Interested offerors shall submit your proposals electronically via email to Attn:  RFP-FIN-53100-21-0077 Lock & Key - JR/MH to purchasing@fiscal.treasury.gov; melissa.hardbarger@fiscal.treasury.gov; and joshua.roberts@fiscal.treasury.gov by 08/23/2021 @ 10:00 a.m. EST.________________________________________________________________________________________________________RFQ-FIN-53100-21-0077 AmendmentThe purpose of this amendment is to provide answers to the following questions:1.  Please note that the first two pages of the RFQ are missing.  Would you
kindly provide? This was a numbering error on my part; you have all pages of the RFQ.2. Reference PWS Page 12, Item #2 : The first sentence of the first paragraph, "This project shall consist of the initial installation and configuration of TRAKA key control cabinets, installation of Medeco lock core sets as well as continuing maintenance support for FinCEN’s existing TRAKA key control cabinets and manual door locking hardware."  This is correct.3. Could you please clarify the extent of the "manual door locking hardware"?  e.g.  cores, handsets, strikes, etc. If hardware is required other than replacement cores, would the Govt specify type, quantity, manufacturer, and model number? This would consist of any manual door locking hardware that may need to be repaired or replaced during the term of the contract. Type, quantity, manufacturer, and model number will be determined at the time repair/replacement is required.  For the maintenance CLINs, only standard and emergency labor rates need to be proposed for the base and option years.  The government intends to allocate a lump sum amount that the vendor can charge against for maintenance/repair/replacement as needed as well as the Traka software licensing. 4. Please confirm that the Govt intends to provide new Windows 10 workstations at the DC and Vienna locations for the Traka Web/LENEL OnGuard integration.  Yes, we have new Windows 10 workstations that are currently being used for Lenel.  The existing Traka system is installed on a Windows 7 workstation and will need to be moved to the new existing Windows 10 workstation.  5. Would the Govt provide the version for the Lenel OnGuard System (e.g. 7.3.345.258) anticipated at the time of integration? We are currently running Lenel OnGuard Version 7.6.382.271.6. Would the Govt provide the version of Windows 10 anticipated at the time of integration? The current system is Windows 10 Enterprise LTSC Version 1809.7. How many keys per core does the Govt require? Vendor will need to follow the key schema that will be provided to the interested vendors during the walkthrough. The key schema indicates how many keys will be required per door. Some doors will require 3 keys and some will only need to be keyed to the master keys as stated on the key schema.  8. Does the government require additional master keys? How many? No additional master keys will be required.  All keys will be keyed to current master key specifications.9. Reference Attachment A- Pricing Sheet:  The following three items do not appear to be part of the Statement of Work: LENEL 4420 Board (qty=1),LENEL Reader (qty=1) Security Office Medeco Intelligent Key System.  (qty=2)The Security Office Medeco Intelligence Key System can be removed.  This was an error.  The Lenel components are referenced in the PWS.  One reader and one board will be required. 10.  Would the Govt like these items priced and purchased as "SPARES" or remove the items from the list? No, the Lenel components will be required for system operation.Please provide the following clarifications for "Proposal Instructions" found on pages 24 - 26. 1. a.  Please clarify that the Govt is looking for 3 separate Volumes – Yes, this is acceptable.Volume I Section 1. Executive SummarySection 2. Contractor Profile*Section 3.SpecificationsSection 4. Implementation Plan, *Section 5. Hardware and Configuration Specifications*Please note that the "SPECIFICATION" is called out in both Sections 3 and 5?  b.  To remove the redundancy of the "Specification" section and conciseness, would the following be acceptable? Yes, this is acceptable.Section 1 -Executive SummarySection 2 - Contractor ProfileSection 3 - Implementation PlanSection 4 - Hardware and Configuration SpecificationsVolume IITechnical Approach, Quality Control, Past Performance Volume IIIPrice Proposal________________________________________________________________________________________________________RFQ-FIN-53100-21-0077 Amendment The purpose of this amendment is as follows:A Site Visit is scheduled for Contractors interested in proposing for the requirement.  The place will be 2070 Chain Bridge Road, Vienna, VA 22182 at 08:00a.m. EST,  August 17, 2021If you will be attending the Site Visit,  you must notify Joshua Roberts at  Purchasing@fiscal.treasury.gov NLT 11:00 a.m.  EST Monday, August 16, 2021, with the following:Your company namesFirst and Last Name of Attendee(s)Contact informationNumber of people attending***Note*** During the Site Visit, hold all questions and provide them electronically at or before the time stated below.Questions regarding this requirement shall be submitted electronically before 10:00 a.m. EST on August 19, 2021, topurchasing@fiscal.treasury.gov, referencing "RFQ-FIN-53100-21-0077 Questions-Site Visit, JR/MH" in the subject line._______________________________________________________________________________________________Original RFQThis solicitation is requested by Fiscal Service Procurement on behalf of the Financial Crimes Enforcement Network (FinCEN) has a requirement for Lock & Key Replacement & Maintenance Support for a 12-month base period and four (4) 12-month option periods. Please see the Performance Work Statement on page 12 for full specifications.Please see Attachment A – Product List for product description.This solicitation is 100% set-aside for small businesses under NAICS code 561621 and will result in an open market, firm-fixed price contract.  The government anticipates awarding a base period of 12-months and four (4) 12-month option periods.Please review Proposal instructions on Page 21. Quotes that do not meet or exceed the required specifications will not be found Technically Acceptable and will not be considered any further.Interested offerors shall submit questions electronically via email to Attn: RFP-FIN-53100-21-0077 Lock & Key – JR/MH to purchasing@fiscal.treasury.gov; Melissa.hardbarger@fiscal.treasury.gov; and joshua.roberts@fiscal.treasury.gov by 08/16/2021 @ 10:00 a.m. EST.Interested offerors shall submit your proposals electronically via email to Attn: RFP-FIN-53100-21-0077 Lock & Key – JR/MH to purchasing@fiscal.treasury.gov; Melissa.hardbarger@fiscal.treasury.gov; and joshua.roberts@fiscal.treasury.gov by 08/23/2021 @ 10:00 a.m. EST.Technical acceptability will be determined by comparing quotations with the requirements of this solicitation.  See Performance Work Statement (PWS) beginning on page 12 of RFQ clauses attachment.An all-inclusive firm fixed price award will be made to the contractor whose quote represents the best value to the Government.Anticipated Period of Performance:Base Period: 9/2021 – 8/2022Option Period I: 9/2022 – 8/2023Option Period II: 9/2023 – 8/2024Option Period III: 9/2024 – 8/2025Option Period IV: 9/2025 – 8/2026

Vienna ,
 VA  22182  USALocation

Place Of Performance : N/A

Country : United StatesState : VirginiaCity : Vienna

You may also like

MASTER LOCK AND KEYS

Due: 19 Nov, 2024 (in 6 months)Agency: FEDERAL PRISON INDUSTRIES / UNICOR

Best Corporation Lock Cores and Keys

Due: 31 Aug, 2032 (in about 8 years)Agency: Southern Lock & Supply

Best Corp. Lock Cores and Keys

Due: 08 May, 2028 (in about 4 years)Agency: RAE Security, Inc

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 561621Security Systems Services (except Locksmiths)
pscCode K063Modification of Equipment: Alarm, Signal, and Security Detection Systems