Key Management System
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: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Jan 11, 2023 09:04 am CST
- Original Published Date: Jan 10, 2023 09:42 am CST
- Updated Date Offers Due: Jan 24, 2023 10:00 am CST
- Original Date Offers Due: Jan 24, 2023 10:00 am CST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Feb 08, 2023
- Original Inactive Date: Feb 08, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 7E20 - IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW)
- NAICS Code:
- 332510 - Hardware Manufacturing
- Place of Performance: Johnston , IA 50131USA
Description
General Information (See attachments for complete details)
Document Type: Combined Synopsis/Solicitation
Solicitation Number: W912LP-23-Q-1103
Posted Date: 10 Jan 2023
Original Response Date: 24 Jan 2023 10:00 am central (local) time
Current Response Date: 24 Jan 2023 10:00 am central (local) time
Product or Service Code: 7E20
Set Aside: Small Business
NAICS Code: 332510
Contracting Office Address
Camp Dodge Joint Maneuver Training Center
USPFO-P&C, Bldg. 3475, Rm. 104
7105 NW 70th Avenue
Johnston, IA 50131-1824
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, “Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services,” as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.
This solicitation is a request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01, effective 12/30/2022.
The associated North American Industrial Classification System (NAICS) code for this procurement is 332510 with a small business size standard is 750 employees.
The Iowa National Guard is seeking to purchase a Key Management Systems with the salient characteristics listed in the table below.
All interested contractors shall provide a quote for the following key management system with these salient characteristics:
Salient Characteristics
Line Item 0001, Main cabinet capable of housing a minimum of 96 key locations. (See note below about IUID label)
Line Item 0002, 4-16 key modules and 2 blank modules.
Line Item 0003, Card reader/relay output.
Line Item 0004, Minimum 65 smart keys.
Line Item 0005, Minimum 25 steel rings.
Line Item 0006, One backup battery.
Line Item 0007, Deleted per Amendment #1.
Line Item 0008, 24-4 Interface Cable (9-9 Pin).
Line Item 0009, Program software.
Line Item 0010, All component and operator manuals.
Note: Item Unique Identification (IUID) label is required per DFARS Clause 252.211-7003 “Item Identification and Valuation” for end items priced at $5,000 and above.
Ship To Address:
Camp Dodge Joint Maneuver Training Center
Warehouse No. 12
7105 NW 70th Ave.
Johnston, IA 50131-1824
Bases for award is price.
The following provisions are incorporated by reference:
FAR 52.204-7, System for Award Management (Oct 2018)
FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)
FAR 52.212-1, Instruction to Offerors – Commercial Items (Jun 2020)
DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Sep 2019)
The following clauses are incorporated by reference:
FAR 52.204-13, System for Award Management Maintenance (Oct 2018)
FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)
FAR 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services (Nov 2021)
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officers (Sep 2011)
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013)
DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992)
DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016)
DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2021)
DFARS 252.211-7008, Use of Government-Assigned Serial Numbers (Sep 2010)
DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013)
DFARS 252.225-7048, Export Controlled Items (Jun 2013)
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)
DFARS 252.232-7010, Levies on Contract Payments (Dec 2006)
DFARS 252.232-7017, Accelerating Payments to Small Business Contractors – Prohibition on Fees and Consideration (Apr 2020)
DFARS 252.244-7000, Subcontracts for Commercial Items (Jan 2021)
DFARS 252.247-7023, Transportation of Supplies by Sea (Feb 2019)
The following provisions are incorporated by full text. The full text can be found at www.acquisition.gov and Attachment #3. (All representations and Certifications shall be completed within contractor’s Systems for Award Management (SAM) profile on www.sam.gov.)
FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)
FAR 52.204-26, Covered Telecommunications Equipment or Services – Representation (Oct 2020)
FAR 52.212-3, Alt I, Offeror Representations and Certifications – Commercial Items (Aug 2020)
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011)
DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services – Representation (Dec 2019)
DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services – Representation (Dec 2019)
DFARS 252.225-7055, Representation Regarding Business Operations with the Maduro Regime (May 2022)
DFARS 252.239-7098 (Dev), Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites – Representation (April 2021)
The following clauses are incorporated by full text. The full text can be found at www.acquisition.gov and Attachment #1. (All representations and Certifications shall be completed within contractor’s Systems for Award Management (SAM) profile on www.sam.gov.)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Nov 2020)
FAR 52.222-19 (Dev), Child Labor – Cooperation with Authorities and Remedies (Jul 2020)
DFARS 252.211-7003, Item Identification and Valuation (Mar 2016)
DFARS 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime (May 2022)
DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (December 2018)
This is an open-market combined synopsis/solicitation for a key management system as defined above. The government intends to award a single purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes shall include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
Or
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Submission requirements shall include a completed Attachment #2 – Contractor Information and Pricing Tables, statement regarding the terms and conditions as shown above, and product literature in sufficient detail to allow the requiring activity to determine if the offered key management system meets the minimum salient characteristics (requirements).
Quote submission shall be received not later than 10:00 am central (local) time on 24 Jan 2023. Electronic quote is preferred and shall be submitted via email to Dan Collins, daniel.w.collins.civ@army.mil and Megan Kaszinski, megan.r.kaszinski.mil@army.mil. Regardless of how the quote is delivered, the contractor is responsible for ensuring it is received in the USPFO-Iowa Purchasing and Contracting office not later than the due date and time. Late submissions will be treated in accordance with the solicitation provision at FAR 52.212-1(f).
Questions regarding this solicitation shall be forwarded in writing via e-mail to Dan Collins, daniel.w.collins.civ@army.mil and Megan Kaszinski, megan.r.kaszinski.mil@army.mil.
Attachments:
#1 – Full Text Provisions and Clauses
#2 – Contractor Information and Pricing Tables
Attachments/Links
Contact Information
Contracting Office Address
- KO FOR IAARNG DO NOT DELETE 7105 NW 70TH AVE
- JOHNSTON , IA 50131-1824
- USA
Primary Point of Contact
- Dan Collins
- daniel.w.collins.civ@army.mil
- Phone Number 515-252-4647
Secondary Point of Contact
- Megan Kaszinski
- megan.r.kaszinski.mil@mail.mil
- Phone Number 515-252-4498
History
- Feb 08, 2023 10:58 pm CSTCombined Synopsis/Solicitation (Updated)
- Jan 11, 2023 09:04 am CSTCombined Synopsis/Solicitation (Updated)
- Jan 10, 2023 09:42 am CSTCombined Synopsis/Solicitation (Original)
- Jan 03, 2023 10:56 pm CSTSources Sought (Original)