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. The solicitation number is W912TF25QA019 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 332510 Hardware manufacturing, a small business size standard of 750 EMP. This requirement is 100% set-aside for small business, and only qualified vendors may submit quotes. The solicitation will start on the date this solicitation is posted and will end on 29 August 2025, 4:00PM. Eastern Time. Free On Board (FOB) Destination shall be required to 803 McGee Dr, Portsmouth, NH 03801. The Government intends to award a Firm-Fixed Price (FFP) contract.
The NH Army National Guard requires the following items:
BRAND NAME ONLY, see attached J&A for rationale of brand name equipment
CLIN 0001: Keyper Systems 64 Key System (QTY= 1 EA)
Must meet the following salient characteristics:
-Electronic key control system that can hold up to 64 individual key assets and is secured by mechanical/electronic fobs. Cabinet needs a construction of at least 16-gauge steel with a door construction of at least 13-gauge steel and is wall mountable. Software control system must be able to create/provide full audit trails of key logs to include transaction dates/times. System must be able to provide report on each individual key socket and location. System access must be through biometric or PIN. System must include serialized cable seals, electronic key fobs, and system management control software. Dimensions must be within 25"H x27"W x11"D.
CLIN 0002: Keyper Systems 224 Key System (QTY = 1 EA)
Must meet the following salient characteristics:
-Electronic key control system that can hold up to 224 individual key assets and is secured by mechanical/electronic fobs. Cabinet needs a construction of at least 16-gauge steel with a door construction of at least 13-gauge steel and is wall mountable. Software control system must be able to create/provide full audit trails of key logs to include transaction dates/times. System must be able to provide report on each individual key socket and location. System access must be through biometric or PIN. System must include serialized cable seals, electronic key fobs, and system management control software. Dimensions must be within 46"H x27"W x11"D.
CLIN 0003: iFob Card Holder Assembly (QTY = 6 EA)
-Powder-coated steel sleeve, permanently fixed to a locking iFob, which is electronically identified by the system and only released to authorized users.
CLIN 0004: Installation and training of both systems (QTY= 1 JOB)
Interested parties should see “Instructions to Offers” in the Provisions and Clauses document for details on how to submit your quotes (IAW 52.212-1)
Interested parties should also see “Evaluation factors” in the Provisions and Clauses document for a description on how the Government intends to evaluate your quotes (IAW FAR 52.212-2)
See Addendum to FAR 52.212-2 (attachment) for a description on how the Government intends to evaluate your quotes.
Quotes must be valid for sixty (60) days.
This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.
Registration must be "ACTIVE" at the time of award.
See the “Provisions & Clauses” attachment for a complete list of provisions & clauses applicable to this solicitation