SOLICITATION NOTICE
69 -- AUDIO VISUAL EQUIPMENT AND INSTALLATION
- Notice Date
- 8/26/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024409T0630
- Response Due
- 9/4/2009
- Archive Date
- 10/5/2009
- Point of Contact
- CHARLES (FLETCH) FLETCHER II 619-532-2658
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 11. This Procurement is issued as a 100% Total Small Business Set-Aside procurement under Standard Industrial Code 3663 - Radio and TV Communication System and Equipment and Federal Supply Class 6940 Communications Training Devices. This is an All or None offer. The agency need of the following requirements: ITEM NUMBER 0001 AUDIO VISUAL EQUIPMENT AND INSTALLATIONDESCRIPTION 1. Equipment is to be listed as individual items with the manufacturer part numbers.2. Installation charges are to listed as the number of hours for each performance, and their labor hour rates.3. The shipping is FOB Destination San Diego, CA 92147.4. The date and time of the site visit is noted in the Statement of Work. QTY: 1 Group STATEMENT OF WORK 1.0TASK 1 1.1 Upgrade existing Operational Planning Team (OPT) Rooms. 1.2 Background Current C3F OPT Rooms (Building C-60 Rooms 203 and 204) were created using DRMO and surplus equipment and need to be upgraded. 1.3 Objectives C3F operates a Maritime Operation Center (MOC) that requires a substantial planning capability. The existing OPT Rooms will be upgraded to become Joint Operational Planning Rooms with modern planning tools and displays. 1.4 Sub-Tasks The Contractor responsibilities include the following sub-tasks for two Joint Operational Planning Rooms (each room is basically identical): A.Joint Operational Planning Rooms:?Drywall and ceiling tiles to be cut, framed for installation of displays.?All walls to be repainted after work.?Appropriate wiring and network connections established to existing C3F information systems (NIPR, SIPR, GCCS, and Commercial Cable TV) with potential for expansion (JTEN, CENTRIX)?Standard industry warranties apply to material and workmanship ?Contractor to provide on-site supervision throughout entire project and provide daily cleanup.?Contractor to remove and haul away all construction debris to include carpet, drywall and ceiling tiles. Contractor to restore drywall, carpet and ceiling tiles, as required, that are affected by installation.?Contractor to tape, sand, and texture drywall and apply primer and paint to wall surfaces on all four walls.?Contractor to provide all materials including: tape (drywall, masking), drywall mud, grout, drop cloth, sandpaper, and any tools to paint and repair drywall, carpet and ceiling tiles.?Installation will include all necessary mounting brackets, AV / power cabling, converter / conditioner boxes and switches / remote controls. Installation will be permanent and IAW government building standards. There shall be zero reduction in OPT room's current capabilities (i.e. fewer power receptacles). All wiring will be in-wall or above the existing drop ceiling. Deliverables include: (1) Smart Board delivery, installation and training: - Four 94" smartboards- Four 4000 lumen projectors- Twelve 1'x2' drop-in speakers. - Note: Installation will include all necessary mounting brackets, AV / power cabling, converter / conditioner boxes and switches / remote controls. Installation will be permanent and IAW government building standards. There shall be zero reduction in OPT room's current capabilities (i.e. fewer power receptacles). All wiring will be in-wall or above the existing drop ceiling. All installed equipment will be explained and demonstrated. - As applicable, C3F will be given user manuals for each device. - A minimum of four hours of training is included in the cost and will be conducted upon completion of the installation at a time determined by C3F personnel. (2) Plasma screen w/ interactive display delivery, installation and training: - eight 50" or greater plasma screen televisions- eight 50" or greater interactive display frame smartboards. - Note: Installation will include all necessary mounting brackets, AV / power cabling, converter / conditioner boxes and switches / remote controls. Installation will be permanent and IAW government building standards. There shall be zero reduction in OPT room's current capabilities (i.e. fewer power receptacles). All wiring will be in-wall or above the existing drop ceiling.- As applicable, C3F will be given user manuals for each device. - A minimum of four hours of training is included in the cost and will be conducted upon completion of the installation at a time determined by C3F personnel. All installed equipment will be explained and demonstrated. 2.0 Place of Performance Meetings, project planning and work shall be performed at the Third Fleet Headquarters Building (C-60). 3.0 Project Start Date The Project Start (PS) date shall be within 30 days after the contract award. 4.0 Hours of Work Hours of work are the normal operational hours plus those hours required for scheduled travel. Offerors are expected to conform to customer agency normal operation hours Monday through Friday from 7:30am - 4:00pm (PST). Work hours are firm. 5.0 Acceptance of Deliverables The Technical Representative will have ten (10) working days to complete its review of the deliverables. The Technical Representative will accept or reject the deliverables in writing. In the event of the rejection of any deliverable, the Contractor shall be notified in writing by the Technical Representative, giving the specific reason(s) for rejection. The Contractor shall have five (5) working days to correct the rejected deliverable and return it to the Technical Representative. 6.0 Security The Contractor shall comply with GSA administrative, physical, and technical security controls to ensure all of the Government's security requirements are met. In addition, all Contractor personnel must adhere to the GSA Public Building's rules and regulations. 7.0 Organizational Conflict of Interest The offeror's attention is directed to FAR Subpart 9.5, Organizational Conflicts of Interest. 8.0 Use of Government Facilities or Personnel Unless directly related to this contract award, the Contractor and any employees or consultant of the Contractor are prohibited from using U.S. Government facilities (such as office space or equipment) or U.S. Government clerical or technical personnel in the performance of the services not specified in the contract award. 9.0 Site Visit The site visit will be held on 01 Sep 2009 from 9:00 A.M. to 12:00 P.M. at the address of 53690 Tomahawk Drive, Suite 338, Rooms 203 and 204, San Diego, CA 92147-5004. For the site visit the vendor must provide their name, business name, phone number, and social security number for security access. All designs and samples presented are not to be at the expense of the Government. Contact CAPT Krug for time and access scheduling. CAPT Krug can be reached at phone number (619) 553-2212 and the e-mail address is paul.krug1@navy.mil. The requirement is for a firm-fixed price type contract. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-34 FOB Destination; Clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items (Dec 2008) applies with the following applicable clauses for paragraph (b): FAR 52.203-13 Contractor Code of Business Ethics and Conduct (Dec 2008); FAR 52.219-14 Limitations on Subcontracting (Dec 1996); FAR 52.219.28 Post Award Small Business Program Rerepresentation (June 2007); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008); FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-50 Combating Trafficking in Persons (Aug 2007); FAR 52.225-1 Buy American Act-Supplies (June 2003); FAR 52.232-! 33 Payment by Electronic Funds Transfer-Central Contract Registration; FAR 52.237-2 Site Visit (Apr 1984);FAR 52.247-34 F.O.B. Destination; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Deviation) (Jan 2009), applies with the following clauses applicable for paragraph (b); DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009); N00244M282 Award By Full Quantity (Aug 1992) (FISC San Diego); N00244M311 Evaluation-Using Technically Acceptable Minimum Criteria and Price Factors (Apr 1996) (FISC San Diego) and N00244L332 Unit Prices. DFARS 252.204-7004 Required Central Contractor Registration, 252.232-7003 Electronic Submission of Payment Requests and SUP 525.232-9402, applies to all solicitations issued on or after 6/1/98; Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at www.bpn.gov for more information. Please ensure compliance with this regulation when submitting your proposal. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Ability to meet both technical capability and the ability to meet the required delivery schedule represent MINIMUM criteria for acceptable award. Failure to meet one of these two criteria shall ender the offer to be technically unacceptable and will not be considered for award. Award will be made to that responsible offeror which meet both of the above minimum technical and schedule requirements and offers the lowest price. All responsible Offerors are to submit current pricing, delivery time, payment terms, CAGE code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's services that meet the specifications, along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 12:00 PM (PST), Friday, 04 Sep 2009 and will be accepted via Fax (619) 532-1088, Attn: Charles (Fletch) Fletcher II at (619) 532-2658 or e-mail charles.e.fletcher@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the internet from the following addresses; FAR Clauses http://acquisition.gov/comp/far/index.html DFARS Clauses http://www.acq.osd.mil/dpap/dars/dfaras/index.htm
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024409T0630/listing.html)
- Place of Performance
- Address: TOMAHAWK DRIVE, SA N DIEGO, CA
- Zip Code: 92147
- Zip Code: 92147
- Record
- SN01926573-W 20090828/090826235522-e5d70ae3fa67eea7036f792064a787b2 (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 |