CAC Reader Install Bldg 231

Agency: DEPT OF DEFENSE
State: Georgia
Type of Government: Federal
Category:
  • 63 - Alarm, Signal, and Detection Systems
Posted: Jan 26, 2023
Due: Feb 10, 2023
Solicitation No: F3QCDH2297A001
Publication URL: To access bid details, please log in.
Follow
CAC Reader Install Bldg 231
Active
Contract Opportunity
Notice ID
F3QCDH2297A001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE SUSTAINMENT CENTER
Office
FA8501 OPL CONTRACTING AFSC/PZIO
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 26, 2023 10:36 am EST
  • Original Response Date: Feb 10, 2023 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6350 - MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 334290 - Other Communications Equipment Manufacturing
  • Place of Performance:
    Warner Robins , GA 31098
    USA
Description

NOTICE OF INTENT TO AWARD SOLE SOURCE



The 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: 6350



NAICS: 334290



Size Standard: 750 Employees



Hardware name: CAC Door Controls RDR2SA modules



Supplier name: Johnson Control LLC



Product 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.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 478 222 4098 375 PERRY ST BLDG 255
  • ROBINS AFB , GA 31098-1672
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 26, 2023 10:36 am ESTSpecial Notice (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...-learning, Hospital/Pharmacy, Legal, etc. Software, Microcomputer 20867 Programming: Basic, Assembler... Quotes. NIGP Codes ...

State Government of Georgia

Bid Due: 4/30/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.