SOLICITATION NOTICE
N -- NEC LTP35 Projection System Removal and Re-Installation
- Notice Date
- 2/20/2008
- Notice Type
- Solicitation Notice
- Contracting Office
- US Dept of the Interior - National Business Center Acquisition Services Division, DC Branch 1849 C Street NW, MS 1324 Washington DC 20240
- ZIP Code
- 20240
- Solicitation Number
- NBCW8Z00548
- Response Due
- 3/5/2008
- Archive Date
- 2/19/2009
- Point of Contact
- Lauren Kunze Contract Specialist 2022083107 Lauren_C_Kunze@nbc.gov;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.603, as supplemented with the format included in this notice and following the Simplified Acquisition Procedures of FAR part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The US Department of Interior, National Business Center (NBC) is issuing this solicitation as a Request for Quote (RFQ) on behalf of the Enterprise Services Network Group. See Statement of Work Below. THIS IS A 100% SET-ASIDE FOR SMALL BUSINESS. The NAICS code is 541330 ($4.5M Size Standard) and the Product Service Code is: N069. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23. SPECIAL QUOTE INSTRUCTIONS: 52.212-01 Instructions to Offerors - Commercial Items, 52.212-02 Evaluation - Commercial Items, 52.212-03 Offeror Representations & Certifications - Commercial Items, 52.212-4 Contract Terms & Conditions - Commercial Items, 52.212-5 Contract Terms & Conditions Required to Implement Statutes or Executive Orders - Commercial Items PLEASE NOTE THAT OFFERORS MUST BE CERTIFIED IN BOTH ORCA (http://orca.bpn.gov) and CCR (http:www.ccr.gov). The resultant contract will be a Firm-Fixed Price type. CLOSING DATE: March 5, 2008 at 4:00 PM EST Offerors must submit their technical quotes containing their labor mix (labor categories), materials, resume of proposed candidate(s) with relevant experience, past performance contacts, as well as business info including DUNS, Tax ID Number (TIN), etc. via email to Lauren Kunze at lauren_c_kunze@nbc.gov. Firm-Fixed-Price quotes (detailing labor mix by category and labor rate, as well as price of materials and ODCs) shall be submitted in a separate attachment. If you have questions regarding this solicitation, please submit your inquiries immediately via email only, NO LATER THAN February 28th, 2008 at 4:00 PM EST. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective Offerors. STATEMENT OF WORK: Projection System Removal and Re-Installation 1.0 Objective The Enterprise Services Network Group of the Department of the Interior requires services and products relating to Projection System Removal and Re-installation of equipment, specifically, the NEC LTP35 Projector. The design will consider all aspects of the current projection system and configuration. 2.0 Background The Enterprise Services Network Group will be relocating to US Geological Survey (USGS) National Center building; Conference Room 2P101M, 12201 Sunrise Valley, Reston, VA 20190. The current projection system is located on the, 2nd Floor, Buffalo Conference room at 625 Herndon Parkway, Herndon Va. 20170. The NEC LTP35 Projector will be utilized at the new location. The Government will host a SITE VISIT for potential offerors on FEBRUARY 27, 2008 at 9:00 am at the Herndon Location, and immediately continuing to the Reston location. OFFERORS SHALL MAKE KNOWN THEIR INTENT TO INTEND BEFORE CLOSE OF BUSINESS ON FEBRUARY 25, 2008 by emailing lauren_c_kunze@nbc.gov. 3.0 Deliverables In fulfillment of this effort, the Contractor will be required to complete the following deliverables: 4.0 Vendor Deliverables: 4.1 The removal and re-installation of existing NEC LTP35 Projector system to include: * Recessed Da-Lite Projection screen w/remote control * Qty (4) Recessed Boston Acoustic ceiling speakers * Qty (1) Chief 6" Fixed Extension Column, * Qty (1) Chief lightweight Suspended Ceiling Kit * Qty (1) Chief RPA Elite Series Inverted Projector Mount * Qty (1) Extron MPA 122 22 Watt Two Channel Mini Power * Qty (1) Extron WP Wall Plate with Computer Video and PC Audio * RGHBV- Red-Green-Blue-Horizontal-Vertical Connectors and Cables with 1 year warranty from completion of project 4.2 Onsite Training/ Maintenance 5.0 Government-Furnished Property and Information: 5.1 Qty (1) 120V-15A volt - GFE Ceiling electrical requirements for the equipment 5.2 Qty (1) 120V-15A volt - for the motorized projector screen 5.3 Secure Closet for staging equipment 5.4 Provide the NEC LT35 Projector 5.5 Parking permits will be issued at the USGS visitor's entrance guard stations. 6.0 Deliverable Schedule The installation shall take place within 30 days of the award. 7.0 Inspection and Acceptance Criteria Final inspection and acceptance of all work performed, reports and other deliverables will be performed at the place of installation by the POC / Department of the Interior. 8.0 Places of Performance Services must be provided on-site at 625 Herndon Parkway, Herndon, VA and 12201 Sunrise Valley Drive, Reston, VA. 9.0 Period of Performance The period of performance for this statement of work is 30 days from the date of the contract award. 10.0 Site Point of Contact Name: Earl Parkman Address: Herndon, VA The POC is the individual within the ESN Program Management function who has overall technical responsibility for this effort. The POC supports the CO during administration of this effort by: * Making final decisions regarding any recommended rejection of deliverables. * Providing technical clarification relative to overall workload matters. * Providing advice and guidance to the Contractor in the preparation of deliverables and services. * Providing acceptance of deliverable products to assure compliance with requirements developed or obtained in performance of this effort. The contractor shall not use, disclose, or reproduce that bears a restrictive legend, other than as required in the performance of this effort. Nothing herein shall preclude the use of any data independently acquired by the contractor without such limitations or prohibit an agreement at no cost to the Government between the contractor and the data owner which provides for greater rights to the contractor. 11.0 Hours of Work Contractor personnel are expected to conform to normal operating hours, unless prior arrangements are made for other than normal operating hours. The normal duty hours of 8:00 AM to 5:00 PM, Monday through Friday, with the exception of Federal Government holidays 12.0 Evaluation Factors The Evaluation factors, as set forth below, will be applied to the offeror's response to the Statement of Work. Evaluation will be made on a Best-Value determination, based on the following factors. * Understanding of Requirement (20%) - The Government will evaluate the degree to which the offeror's technical proposal indicates an understanding of the work to be performed, and a likelihood of project success. * Quality of the Proposed Team (20%) - The degree to which the proposed personnel represent appropriate skill sets/labor categories and level of effort with respect to the tasks outlined in the government's statement of work. * Direct Experience (20%) - The degree to which the personnel proposed by the offeror's have direct experience in providing similar installation to the Government within the last two years. * Past Performance (20%) - The degree to which the offeror's recent work history demonstrates commitment and ability to deliver acceptable services and products within defined schedules and budgets. Contractor shall provide contract information and current Point of Contact email address for three relevant awards (similar type/scope within the past three years). * Price (20%) - The degree to which the offeror provides a solution to achieve the project objective with a competitive, realistic and reasonable cost.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NB140101&objId=232817)
- Place of Performance
- Address: US Geological Survey (USGS) National Center building; Conference Room 2P101M, 12201 Sunrise Valley, Reston, VA 20190 2nd Floor, Buffalo Conference room at 625 Herndon Parkway, Herndon Va. 20170
- Zip Code: 20190
- Country: USA
- Zip Code: 20190
- Record
- SN01512932-W 20080222/080220225757 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |