This combined synopsis/solicitation, W912L9-25-Q-A006, is being issued as a small business set-aside Request for Quotation.
Northern America Industry Classification System Code (NAICS) is 334118, Fabricated Structural Metal Manufacturing. The size standard is 750 employees.
This is a Name Brand or Equal purchase of an Electronic Lock-In Key Control System with the equivalency of an MXi 288 System with an MXi 224 Add on.
The Indiana Army National Guard has a requirement for an Electronic Key Management Safe. System requires a minimum capacity of 550 fob ports for keys, corresponding fobs and security cable tethers, and installation. System must be capable of seamless administrator virtual access, automated issuance and turn-in of keys, restricted access based off programmed authorizations, able to run various reports (usage history, transactions, custom reports, etc), and include internal alarm systems. The contract type for this procurement will be a firm-fixed price contract.
Installation must be included in your final quote.
Requirements: (See attached "Requirements" and "W912L9-25-Q-A006 " for clauses)
Evaluations Factors: Award will be made based Lowest Price Technically Acceptable.
All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the Government. Quotes must include CAGE/UEI number, Federal Tax Number and company's point of contact information.
Any questions MUST be submitted to the Contract Specialist via email at carl.j.kuhlman.civ@army.mil nlt 21 February 2025 12:00pm (Eastern), with sufficient time to do any research to answer question prior to the closing of this posting.
Please provide your submission to the United States Property and Fiscal Office Purchasing and Contracting of Indiana no later than 14 March, 2025, 12:00pm (Eastern). All submissions should be sent via email to: carl.j.kuhlman.civ@army.mil. Facsimiles are not acceptable. Responses received after the stated deadline will be considered non-responsive and will not be considered for award.
In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Offers may obtain information on registration at www.sam.gov. Failure to provide SAM registration may result in your quote being disqualified from consideration.
Place of Contract Performance is Camp Atterbury BLDG 5 Edinburgh Indiana 46214.
Respectfully,
Carl J. Kuhlman