CAC Reader Install Bldg 231

expired opportunity(Expired)
From: Federal Government(Federal)
F3QCDH2297A001

Basic Details

started - 26 Jan, 2023 (14 months ago)

Start Date

26 Jan, 2023 (14 months ago)
due - 10 Feb, 2023 (14 months ago)

Due Date

10 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
F3QCDH2297A001

Identifier

F3QCDH2297A001
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (706009)DEPT OF THE AIR FORCE (60219)AFMC (17422)AIR FORCE SUSTAINMENT CENTER (7396)FA8501 OPL CONTRACTING AFSC/PZIO (190)

Attachments (1)

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.

NOTICE OF INTENT TO AWARD SOLE SOURCEThe United States Air Force (the Government) intends to issue a Firm-Fixed-Price Purchase Order to a single source under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) NLT 30 Feb 2023. The delivery date shall be 120 Days after receipt of order.PSC: 6350NAICS: 334290Size Standard: 750 EmployeesHardware name: CAC Door Controls RDR2SA modulesSupplier name: Johnson Control LLCProduct description:Provide and install security card readers (4 each) via expansion of existing Pegasus 2000 Security system. Will provide four (4 ea.) card readers to connect to existing Johnson Controls Security System in Bldg. 231. Johnson Control will provide all labor, material, hardware and software to make doors completely functional, including but not limited to wiring, conduit, connectors, mounts, cables, programming, door hardware, etc.The existing software system is a Johnson Controls proprietary software system, this system will be
expanded to incorporate the new card readers. Johnson Controls is the only company that can provide these services to this system. The market will continue to be surveyed through Internet searches and sources sought market research as necessary to ascertain if additional sources are available to provide the proprietary supplies and services.This notice of intent is not a request for competitive quotations. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the Government. The Government will consider responses received within 4 days of issuance of this notice. Information received will normally be considered solely for the purpose of determining whether or not to conduct a full and open competitive procurement or a small business set aside competitive procurement. The Government will not pay for any information received in response to this announcement.If the Government decides to compete this requirement, a synopsis shall be issued utilizing the combined synopsis/solicitation procedure identified in FAR 12.603. If this effort becomes a Small Business Set-Aside, FAR 52.219-14, Limitation on Subcontracting, will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they intend to comply.A determination not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Contractors should be aware of the following information:• Contractors must include the following information:o Points of contact, addresses, email addresses, phone numbers.o Identification as a large U.S. business, a small U.S. business, or a foreign business. Please note that size indicated should be based on the NAICS code for this effort listed above.o Identification of any other socioeconomic status including: Women-Owned Small Business, Economically Disadvantaged Small Business, 8(a), Service Disabled Veteran Owned Small Business, Veteran Owned Small Business or HUBZone.o Company CAGE Code or DUNS Number.• In your response, you must address how your product meets the product characteristics specified above.• Submitted information shall be UNCLASSIFIED.• Responses are limited to 10 pages in a Microsoft Word compatible format.Responses should be emailed to Margaret Gaskill at margaret.gaskill.1@us.af.mil and Alex Weichold at alex.weichold@us.af.mil no later than 02/10/2023 @ 5:00 PM EST. Any questions should be directed to Margaret Gaskill, Cc Alex Weichold through email.

Location

Place Of Performance : N/A

Country : United StatesState : GeorgiaCity : Warner Robins

Classification

naicsCode 334290Other Communications Equipment Manufacturing
pscCode 6350Miscellaneous Alarm, Signal, and Security Detection Systems