Electronic Key Control System
ID: W912LP-24-Q-1019Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M8 USPFO ACTIVITY IA ARNGJOHNSTON, IA, 50131-1824, USA

NAICS

Hardware Manufacturing (332510)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)
Timeline
    Description

    The Department of the Army, through the Iowa National Guard, is soliciting quotes for an electronic key management system under Solicitation Number W912LP-24-Q-1019. The procurement aims to enhance security measures by acquiring a system that meets specific salient characteristics, including size, construction material, and key capacity, with the contract awarded to the lowest-priced compliant offer. This initiative underscores the importance of effective key management solutions for military operations. Interested vendors must submit their quotes electronically by 10:00 AM central time on September 10, 2024, and direct any inquiries to Dan Collins at daniel.w.collins.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Iowa National Guard has issued a Request for Quotation (RFQ# W912LP-24-Q-1019) for an electronic key management system to be delivered to Camp Dodge Joint Maneuver Training Center in Johnston, Iowa. The RFQ specifies three line items: (1) the primary electronic key management system, (2) an Item Unique Identification (IUID) label for the main box if the price exceeds $5,000, and (3) shipping or freight costs, if applicable. Vendors must ensure their proposed systems meet designated salient characteristics, including a specific size, construction material, and capacity for holding various types of keys. Additionally, any deviations from the listed specifications need to be formally documented in the quote. Detailed brand and model literature of the offered system must also accompany the submission to verify compliance. This RFQ represents the National Guard's commitment to enhancing security measures through effective key management solutions.
    The document outlines the provisions and clauses incorporated by reference for Contract RFQ#: W912LP-24-Q-1019, primarily focusing on requirements pertinent to offers for commercial products and services. It emphasizes the necessity for small business joint ventures to submit specific representations and certifications regarding their business classifications, including small, service-disabled veteran-owned, women-owned, and historically underutilized business zone categories. Key clauses address contract terms related to payment processes via the System for Award Management, restrictions on telecommunications equipment originating from certain regions, and compliance with various federal regulations concerning labor and equal opportunity. The document also highlights requirements for the identification and reporting of unique items delivered under the contract, as well as obligations for compliance with laws regarding procurement and contractor conduct. The overall aim is to ensure adherence to federal acquisition standards while promoting small business participation and regulatory compliance in government contracts.
    The document outlines the contractor information and pricing table for the Iowa Army National Guard's RFQ# W912LP-24-Q-1019. It includes essential contractor details such as the company name, point of contact information (name, phone, email), CAGE code, SAM Unique Entity ID, and tax ID number. The pricing table specifies items related to a Key Management System, with unit quantities and prices needing to be filled in for evaluation. Additionally, there is a provision for shipping costs and prompt payment discount terms specified as net 30 days unless stated otherwise. The document also mentions the necessity to comply with IUID label requirements per DFARS Clause 252.211-7003 and requests information on the estimated delivery lead-time and the business's socio-economic group status. This information is critical for the government to assess proposals and make informed decisions on potential contractors.
    The Iowa National Guard is soliciting quotes for one electronic key management system, as outlined in Solicitation Number W912LP-24-Q-1019. This solicitation is open to small businesses under NAICS Code 332510, which has a size standard of 750 employees. The request is formatted per the Federal Acquisition Regulation (FAR) 12.6, emphasizing streamlined procedures for commercial product procurement. The selected vendor will be awarded the contract based on the lowest price that meets the specified requirements. Quotes are due by 10:00 AM (central time) on September 10, 2024, with a preference for electronic submissions to the designated contact, Dan Collins. The document specifies that vendors must include completed contractor information and pricing tables alongside relevant product literature to verify compliance with requirements, including warranty information. It also notes that the Iowa National Guard is exempt from various taxes and includes a requirement for an Item Unique Identification label on applicable items. Clarifications must be submitted by September 5, 2024, indicating an organized communication protocol for inquiries. The contents are standard for government RFPs, ensuring clear instructions for potential bidders.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Front-Load Aqueous Part Washer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Iowa National Guard, is soliciting quotes for a front-load aqueous part washer along with associated services, including detergent, installation, and on-site training. The procurement aims to enhance operational efficiency within military maintenance facilities by acquiring equipment that meets specific salient characteristics, such as a rugged design and compliance with federal safety regulations. Interested contractors must submit their quotes electronically by 10:00 AM Central Time on September 19, 2024, ensuring compliance with the outlined specifications and including necessary documentation. For inquiries, potential bidders can contact Daniel Collins at daniel.w.collins.civ@army.mil or Megan Kaszinski at megan.r.kaszinski.civ@army.mil.
    Trailers and Custom Trailer Wraps
    Active
    Dept Of Defense
    The Department of Defense, specifically the Iowa Army National Guard, is soliciting proposals for the procurement of various trailers and custom trailer wraps under a total small business set-aside. The requirement includes three types of trailers: three 7’ x 14’ tandem axle trailers, one gooseneck trailer, and ten 7’ x 12’ tandem axle trailers, all of which must meet stringent specifications for durability, safety, and functionality suitable for military use. This procurement is crucial for ensuring the operational readiness of the National Guard, with a focus on high-quality construction and compliance with federal regulations. Interested vendors must submit their quotes by 10:00 AM Central Time on September 20, 2024, and can contact Kelsey Letcher at kelsey.l.letcher.civ@army.mil or Megan Kaszinski at megan.r.kaszinski.civ@army.mil for further information.
    25--TRAVEL LOCK
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 17 units of the Travel Lock (NSN 2590012770063). This solicitation aims to establish an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum of two units. The Travel Lock is a critical component used in military armored vehicles, ensuring operational readiness and safety. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    Intrusion Detection System (IDS) and Video Management System (VMS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of an Intrusion Detection System (IDS) and Video Management System (VMS) for the 185th Air Refueling Wing (ARW) in Sioux City, Iowa. The contractor will be responsible for providing all necessary personnel, equipment, and materials to complete the installation within a 120-day performance period, ensuring compatibility with existing Advantor systems on the base. This procurement is critical for enhancing the security infrastructure at the facility, and the government intends to award the contract on a sole source basis to Advantor Systems due to the proprietary nature of their products. Interested vendors must submit their proposals, including a completed Vendor Information Sheet and compliance documentation, by the deadline of September 30, 2024, to Capt. Allison Harbit at the provided contact details.
    25--LOCK SET,VEHICULAR
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of vehicular lock sets under solicitation number NSN 2510014783573. The requirement includes a quantity of 90 units, with delivery expected within 86 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $250,000. These lock sets are critical components for vehicular equipment, ensuring security and functionality in various military applications. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation details can be accessed via the DLA's website, and hard copies are not available.
    Building 254 Audio-Visual System Installation Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for the installation of a turnkey audio-visual system in Building 254 at the 185th Air Refueling Wing in Sioux City, Iowa. The contractor will be responsible for providing all necessary personnel, equipment, and materials to complete the installation within a 60-day timeframe, ensuring compliance with specified security and safety regulations. This procurement is critical for enhancing operational capabilities at the facility and is set aside exclusively for small businesses, with a firm-fixed price contract to be awarded based on the lowest responsive quote. Interested vendors must submit their proposals, including a completed Vendor Information Sheet and product specifications, by the deadline of September 30, 2024, and can direct inquiries to Capt. Allison Harbit at allison.harbit@us.af.mil or MSgt. Megan McCauley at megan.mccauley@us.af.mil.
    179 CW Door Core and Hardware Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for the "179 CW Door Core and Hardware Replacement" project at the Mansfield Air National Guard Base in Ohio. The procurement involves upgrading the existing door hardware and keying system from a six-pin to a seven-pin system, ensuring compatibility with the current BEST Access system CORMAX equipment. This initiative is crucial for enhancing security and operational efficiency across multiple buildings on the base. Interested small businesses must submit their proposals by 1:00 P.M. EST on September 19, 2024, to the primary contact, MSgt Jeffrey Snyder, via email at jeffrey.snyder.20@us.af.mil, with a focus on meeting a 90-day installation timeline post-award.
    RFQ: Fiber Optic Kits
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of Fiber Optic Kits, including two ARINC 801 Aviation Fiber Optic Termination Kits and two Optical Loss Test Sets (OLTS). These kits are critical for the construction, troubleshooting, and repair of ARINC 801 Fiber Optic components, ensuring the Army National Guard's technical capabilities are enhanced with quality equipment. Interested vendors must submit their quotes by 3:00 P.M. Central Daylight Time on September 20, 2024, with questions due by September 17, 2024. Proposals must be sent electronically to the designated contacts, Douglas Young and Stephen Miller, at their respective email addresses.
    Rolling Tool Work Benches
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for the procurement of Rolling Tool Work Benches through a Request for Quotation (RFQ) under solicitation number W50S72-24-Q-7316. The requirement includes three work benches that must meet specific dimensions, load capacity, and features, including a stainless steel power top with outlets and USB ports, as well as a dedicated power drawer for charging tools. This procurement is crucial for ensuring that the 185th Air Refueling Wing has the necessary tools and equipment to maintain operational efficiency and safety standards. Interested vendors must submit their quotes by mail or email to MSgt Megan McCauley by the specified deadline, and all submissions must comply with the outlined requirements, including active registration in the System for Award Management (SAM).
    Narcotics Cabinet/Modular Locker
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of a Narcotics Cabinet/Modular Locker under solicitation FA4877-24-QA554. The primary objective is to replace an outdated storage system for narcotics with an intelligent modular locker system that incorporates advanced security features, including weight recognition technology, to accommodate approximately 70 personnel in a medical logistics office. This procurement is critical for enhancing security and operational efficiency within military facilities, ensuring compliance with federal standards. Interested vendors must submit their quotes by September 17, 2024, and all items are to be delivered by November 30, 2024; for inquiries, contact Matthew Hackett at matthew.hackett.1@us.af.mil or 520-228-3038.