Skip to main content

An official website of the United States government

You have 2 new alerts

WOMEN-OWNED SMALL BUSINESS SET-ASIDE FOR IPS Containers and SIPRGuard Biometric Controllers

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Original)
  • Original Published Date: Mar 03, 2022 11:15 am EST
  • Original Date Offers Due: Mar 10, 2022 11:59 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 25, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
  • Product Service Code: 8145 - SPECIALIZED SHIPPING AND STORAGE CONTAINERS
  • NAICS Code:
    • 332439 - Other Metal Container Manufacturing
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA

Description

Solicitation Number: W911QX-22-Q-0041
 

Title: WOMEN-OWNED SMALL BUSINESS SET-ASIDE FOR IPS Containers and SIPRGuard Biometric Controllers
 

Classification Code: 81
 

NAICS Code: 332439
 

Response Date: Five business days from posting due via email to the Primary Point of Contact listed in the SAM.gov webpage for this combined synopsis-solicitation.
 

Description:

Disclaimer: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED:

THIS A WOMEN-OWNED SMALL BUSINESS SET-ASIDE THAT WILL CONVERT FIRST TO A GENERAL SMALL BUSINESS SET-ASIDE AND THEN TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE competitive in terms of market prices, quality, and delivery. If ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, WOMEN-OWNED SMALL BUSINESS CONCERN, THE CONTRACTING oFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE women-owned SMALL BUSINESS SET-ASIDE. IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM A WOMEN-OWNED SMALL BUSINESS AND ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING oFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO A SMALL BUSINESS SET-ASIDE OR A FULL AND OPEN COMPETITION. IF THE WOMEN-OWNED SMALL BUSINESS OR SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A WOMEN-OWNED SMALL BUSINESS SET-ASIDE first, A SMALL BUSINESS SET-ASIDE SECOND, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET.

This acquisition is issued as a Request for Quote (RFQ).

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-04.

For purposes of this acquisition, the associated NAICS code is 332439. The small business size standard is 500 EMPLOYEES.

Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):

CLIN0001, QTY Five (5) Information Processing System (IPS) Security Containers with QTY seven (7) SIPRGuard Biometric Controllers with a two-factor authentication (PIN & Fingerprint) and all required accessories/components manufactured by Trusted Systems, Inc., to include shipping, LOT

Specifications/Requirement:

The Contractor shall provide the following Trusted Systems manufactured items:

Qty

Model

Description

4

EX483032-CMELF-KB

INCOGNITO Executive Secured Comms Center for Operational Security (OPSEC) Lateral File WorkCenter, reversible configuration, overall dims: 49.5"Wx30"Hx32.75"D - for TSM131WD or TSM191D model IPS Container
- Contemporary flat panel Maple design, dark stain, modern chrome/nickel handles
- Pull-out Keyboard/Mouse shelf behind top drawer front
- Access for IPS Container from either Left or Right end
- open back to wall, removable end and front panels for cabling access & installation
- cable waterfall cutout center/back countertop

4

TSM131WD-SC

Trusted Systems GSA Class 5 IPS Container, 13Hx21.5Wx36D, 355 lbs empty, X10 lock, thermostatically controlled forced air cooling system, 115VAC, 6Ux20"D slide-out rack frame, two secured cable portals for red/black separation, Power strip (5 outlet, 15ft cord, NEMA 5-15)

4

TSM1920LT-SLSF

Laptop Slide Tray for 19" Rack, 45lb capacity, 1U x 20"D

4

TSM1920-FSF

Fixed Shelf for 19" Rack, 20" Depth, 150lb Capacity

4

TSM1U-CMB

Cable Management Bar

4

TS-RS1215-RA

1U Rack-Mount Power Strip, 120V, 15A, 12 outlets 5-15R (6 front / 6 rear, Right-Angled), 15-ft. Cord 5-15P

4

TSSPG-BC

SIPRGuard Biometric Controller, desktop two-factor activation module (PIN & Fingerprint) with OFF button and motion sensor auto time-out

4

TSSPG1-EXP

SIPRGuard ON/OFF KVME Gateway Module, I/O connections: 1x HDMI, 1x USB-A, 1x Ethernet, 15ft output cable set

4

TSM3YRTC-SPG-BC

Three (3) Year TrustedCare™ Maintenance Services Plan for SIPRGuard Biometric Controller and one Gateway Module

4

TSSPG-RMK1U

SIPRGuard 1U Rack Mount Shelf with cable restraint

4

TSSPG1-30CS

30ft Output Cable Set for SIPRGuard on/off KVME gateway (HDMI/USB/Ethernet), includes DVI and DisplayPort adapters, replaces standard 15ft cable set

SIPR Café (3 users)

1

TSM281WD-SC

Trusted Systems GSA Class 5 IPS Container, 28Hx27Wx45D, 1,145 lbs empty, X10 lock, thermostatically controlled forced air cooling system, 115VAC, 13Ux25"D roll-out rack frame with collapsible service tracks, two secured cable portals for red/black separation, power strip (5 outlet, 15ft cord, NEMA 5-15)

3

TSM1924LT-SLSF

Laptop Slide Tray for 19" Rack, 45lb capacity, 1U x 24"D, with cable management arm

1

TSM1924-FSF

Fixed Shelf for 19" Rack, 24" Depth, 100lb Capacity

3

TSM1U-CMB

Cable Management Bar

1

TS-RS1215-RA

1U Rack-Mount Power Strip, 120V, 15A, 12 outlets 5-15R (6 front / 6 rear, Right-Angled), 15-ft. Cord 5-15P

3

TSSPG-BC

SIPRGuard Biometric Controller, desktop two-factor activation module (PIN & Fingerprint) with OFF button and motion sensor auto time-out

3

TSSPG1-EXP

SIPRGuard ON/OFF KVME Gateway Module, I/O connections: 1x HDMI, 1x USB-A, 1x Ethernet, 15ft output cable set

3

TSM3YRTC-SPG-BC

Three (3) Year TrustedCare™ Maintenance Services Plan for SIPRGuard Biometric Controller and one Gateway Module

3

TSSPG-RMK1U

SIPRGuard 1U Rack Mount Shelf with cable restraint

3

TSSPG1-30CS

30ft Output Cable Set for SIPRGuard on/off KVME gateway (HDMI/USB/Ethernet), includes DVI and DisplayPort adapters, replaces standard 15ft cable set

1

TSSPG-INST1-TSC

Installation of (7) SIPRGuard into (5) Trusted Systems IPS container at Aberdeen Proving Grounds. Trusted Systems technician will arrive on site and install the above SIPRGuard systems into the IPS containers. Installation will be scheduled following delivery. A U.S. Government or military representative or network tech will be onsite to assist with connecting of network devices before and during the SIPRGuard installation and to handle cryptographic devices per DoD requirements and verify functionality once completed. Basic operational training must be provided at time of installation to a key operator who will be responsible for training additional personnel.

LOT

Shipping & Handling

Inside Delivery (1 each Items 1-11) to Aberdeen Proving Grounds, MD. Dock Delivery (remaining items for SIPR Cafe) Aberdeen Proving Grounds, MD

Delivery: Delivery is required by 150 days After Contract Award (ACA). Delivery shall be made to Aberdeen Proving Ground, Aberdeen, MD 21005. Acceptance shall be performed at Aberdeen Proving Ground.  The FOB point is Delivery.

Clauses:

The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition.  The following addenda have been attached to this provision:
 
In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong.

Evaluation Criteria - The specific evaluation criteria to be used are as follows: 
 

In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government.  Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government’s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government’s minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance):

Price

Technical Capabilities/Specification

Delivery Timeframe

Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.
 

The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE.
 

The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition.  The following additional FAR/DFARS clauses cited in this clause are applicable:

52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018) 

52.209-6 PROTECTING THE GOVERNMENT INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015)

52.219-6 NOTIE OF TOTAL SMALL BUSINESS SET-ASIDE (MAR 2020)

52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013)

52.219-30 NOTICE OF TOTAL SET-ASIDE FOR WOMEN-OWNED SMALL BUSINESS (WOSB) CONCERNS ELIGIBLE UNDER SMALL BUSINESS RESERVES (MAR 2020)

52.219-33 NONMANUFACTURER RULE (SEP 2021)

52.222-3 CONVICT LABOR (JUN 2003)

52.222-19  CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022)

52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015)

52.222-26 EQUAL OPPORTUNITY (SEP 2016)

52.222-36  AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)

52.222-50 COMBATING TRAFFICKING IN PERSONS (JAN 2019)

52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)

52.225-13  RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)

52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION (OCT 2018)
 

The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):
 

PROVISIONS:

52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)

52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016)

52.204-20 PREDECESSOR OF OFFEROR (AUG 2020)

52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT

52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE

CLAUSES:

52.204-13 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)

52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016)

52.204-19 INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)

52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)

52.252-2 CLAUSES INCORPORATED BY REFERENCE

252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)

252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016)

252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)

252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016)

252.225-7048 EXPORT-CONTROLLED ITEMS (JUN 2013)

252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)

252.232-7017 ACCELERATING PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS—PROHIBITION ON FEES AND CONSIDERATION (APR 2020)

LOCAL PROVISIONS:

EXCEPTIONS IN PROPOSAL

AWARD OF CONTRACT

ADELPHI CONTR. DIVISION URL

FOREIGN NATIONALS PERFORMING

PAYMENT TERMS

LOCAL CLAUSES:

ACC - APG POINT OF CONTACT

TECHNICAL POINT OF CONTACT

TYPE OF CONTRACT

GOVERNMENT INSPECTION AND ACCEPTANCE

TAX EXEMPTION CERTIFICATE (ARL)

RECEIVING ROOM – APG

SUPERVISION OF EMPLOYEES

WORK HOURS

ID OF CONTRACTOR EMPLOYEES

GOV’T-CONTRACTOR RELATIONSHIPS

APPLICABLE FOREIGN ACQUISITION PROVISIONS AND CLAUSES

DFARS COMMERCIAL CLAUSES
 

This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A
 

The following notes apply to this announcement:  N/A

Place of Performance: Aberdeen Proving Ground, Aberdeen, MD 21005

Contact Information

Contracting Office Address

  • KO BLDG 102 AMSSB ACC 2800 POWDER MILL RD
  • ADELPHI , MD 20783-1197
  • USA

Primary Point of Contact

Secondary Point of Contact





History