Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2009 FBO #2858
SOLICITATION NOTICE

N -- Installation Services of Audio/Visual Equipment

Notice Date
9/19/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124709T0524
 
Response Due
9/28/2009
 
Archive Date
11/27/2009
 
Point of Contact
Claudetta Smith, 910-643-7221
 
E-Mail Address
ACA, Fort Bragg
(claudetta.smith@conus.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. (ii)This Solicitation document W91247-09-T-0524 is issued as a Request for Quote (RFQ) to supply Installation Services of Audio/Visual Equipment. (iii)This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-36 Effective August 11, 2009. (iv)Notice of Total Small Business Set-Aside. Quotes are solicited from small business concerns. Quotes received from other than small business concerns will be rejected. The associated NAICS code is 238210 Electrical Contractors and Other Wiring Installation FSC code N059 and size standard is $14 million. (v)This requirement is to provide the item in CLINs 0001 below. CLIN 0001 Installation services for audio/visual aids for (3ea) classrooms and the battalion conference room. (vi)The requirement shall be Firm Fixed Price. Scope of Work Contractor will provide Service to Install an Audio Visual System with Wireless Touch Panel Control for 82nd Special Troops Battalion (hereafter known as the Client) in three (3) Classrooms, approx. 4 offices, Staff Duty desk and one (1) Conference Room, each of which are co-located in Building C-6426 Gruber Road, Fort Bragg, North Carolina. The System will be designed and equipped to provide the following functionalities in accordance with the Client Representative (hereafter known as the COR), SSG Major Manor. CLASSROOMS 1.The Contractor will install speakers that are to be 2 x 2 ceiling panels with built in speakers. ( No standard ceiling speakers) 2.Contractor will install 6 speakers per classroom, a total of 18. 3.The Contractor will install one (1) wireless UHF receiver with one (1) Hand Held Microphone and one (1) Lavaliere Microphone with belt Transmitter, to operate with the same UHF receiver, not to be used simultaneously. 4.The Contractor will install one system per classroom to function independently or in any combination necessary. Each equipment rack will be wall mounted with locking front door in the rear of the room. 5.Each rack system will include one (1) DVD player, one (1) amplifier for of sufficient wattage rating for the installed speakers and all standard Contractor specified system components and include provisions for additional expansion of the system to allow satellite TV receiver or cable box connections, to include additional rack spaces for mounting this equipment in the installed racks. ( unused spaces to be covered with blank rack plates) The contractor will install and integrate all required system switching, control and circuit protection devices so as to provide a system that meets Client specified functionalities. 6.The Contractor will install three (3) (GFE) plasma displays (contractor to provide wall mounts). 7.The Contractor will install and integrate one (1) Government owned (GFE) NEC NP41 projectors for each Classroom with a total of three (3). The Contractor will provide projector ceiling mounts and structure mount plywood panels. 8.The Contractor will install one (1) Input/Output (I/O) plate to be located on the right side of screen in classroom three (3) and on the left side of screen in the remainder of classrooms. Each I/O plate is to include all require terminals for system components and one (1) smart-board input terminal for each classroom. 9. The Contractor will install a wireless master control system control system in the equipment rack located in the rear right corner of classroom two (2) The middle classroom. This system will provide control for combining and separating classrooms as well as source and output selection for the selected classroom(s). The Contractor will install a wall mounted system controller that will provide volume control, source and output device selection in each classroom for the A/V equipment in the respective classroom when operated independently of the Master System Controller located in classroom 2. UPSTAIRS CONFERENCE ROOM 1.The Contractor will install one (1) metal equipment rack with locking Plexiglas door to be located at the front left corner on the conference room. 2.The equipment rack will provide sufficient mounting space for all conference room system components as required by system design to provide all functionalities as stated by the Client. 3.The Contractor will install automatic switching devices so as to accommodate secure and non-secure laptop connections and label connections as such. This will be accomplished via wall mounted Input/Output (I/O) plates. 4.The Contractor will install required switching devices to (GFE) Tandberg VTC system to include audio and video feeds to each of the specified output devices stated below. 5.The Contractor will install one (1) Government Owned (GFE) tensioned screen already installed; it will require height adjustment upon completion of system installation. Contractor will install two (2) (GFE) Plasma Displays as specified by (COR); Contractor will provide specified wall mounts. 6.The Contractor will install and integrate one (1) Government owned (GFE) NEC NP41 projector. The Contractor will provide and install projector ceiling mount and structure mount plywood panel. 7.The Contractor will install the A/V system in such a manner so as to provide for integration and mounting of a satellite or cable TV box and all associated terminations. 8.The Contractor will install one (1) Single Slot DVD player. 9.The Contractor will install a wall mounted I/O plate in order to provide for connection of a portable Smart Board. The Smart Board I/O terminal will be integrated into the Laptop I/O plates. 10.The Contractor will install a wireless touch panel control system (Crestron) in order to provide for source and output selection to either the projector or a selected plasma display or both plasma displays. Installation of Multiple Auxiliary Flat Panel Displays The Contractor will install and provide wall mounts for each display as specified by (COR) at locations throughout the facility as specified by (COR). Training: 1.Project Manager will coordinate and conduct or assist in conducting Client system training if required or specified. The Contractor will provide One (1) scheduled Client Training session for all personnel selected by the COR. The Contractor may provide a second training session if jointly agreed upon by the Client and Contractor at no additional cost to the Client. 2.Project Manager will provide the Client a complete copy of all equipment and product manuals and warranties as provided from manufacturer. 3.Project Manager will provide Client with a complete set of system drawings. (vii)This requirement is for delivery FOB (Destination) to Division Special Troops Battalion (DSTB), Fort Bragg, NC. (viii)The following provisions apply to this acquisition: FAR 52.212-1, Instruction to Offerors Commercial Items, FAR 52.252-1 Solicitation Provisions Incorporated by Reference (website provided http://farsite.hill.af.mil). (ix)52.212-2, Evaluation Commercial Items. The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and the ability to meet all of the solicitation requirements. (x)FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. DFAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, DFAR 252.225-7000 Buy American-Act Balance of Payments Program Certificate. (xi)The following clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration, FAR 52.212-4 Contract Terms and Conditions Commercial Items, Paragraph (o) is changed to read: The contractor shall provide all standard commercial warranties to the government. (xii)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, Incorporated by Full Text (website provided http://farsite.hill.af.mil): Applicable clauses under FAR 52.212-5: 52.219-6 Notice of Total Small Business Set-Aside, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-42 Statement of Equivalent Rates for Federal Hire, 52.222-50 Combating Trafficking in Persons, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/. FAR 52.252-2 Clauses Incorporated by Full Text (website provided http://farsite.hill.af.mil). Applicable DFARS clauses: DFARS 252.204-7004 Central Contractor Registration Alternate A, DFARS 252.211-7003 Item Identification Valuation, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following DFARS clause is considered checked and is applicable to this acquisition: DFARS 252.232-7003 Electronic Submissions of Payment Requests. Additionally the following clauses are added to this combined synopsis/solicitation and considered applicable to this acquisition: DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFAR 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.232-7010 Levies on Contract Payments. 5152.209-4000 DoD Level Antiterrorism (AT) Standards, (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. 5152.233-4000, AMC-Level Protest Program (Nov 2008), If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (xiii)ACCOUNTING FOR CONTRACT SERVICES: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor shall completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, email address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollar paid this reporting period (including sub-contractors); (7) Total payments (including sub-contactors); (8) Predominate Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (The Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information; (11) Locations where contractor and sub-contractors performed the work (specific zip code in the United States and nearest city, county, when in a overseas location, using standardized nomenclature provided on website; (12) Presence of deployment or contingency contract language; (13) Number of contractor and sub-contractor employees employed in theater this reporting period (by country). Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific format for the XML direct transfer may be downloaded from the website. (xiv)APPLICABLE WAGE DETERMINATION: The following U.S. Department of Labor Wage Determination is applicable to this procurement: Wage Determination No: 2005-2393 (Rev 9) dated 5/26/2009. A copy of this Wage Determination can be found at http://www.wdol.gov. (xv)STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRE. In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hire, incorporated into this contract by reference at paragraph (c) of FAR Clause 52.212-5, the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. Employee Class, Wage: 23160 Electrician, Maintenance $20.76/hour. (xvi)An organized site visit will be on Thursday, 24 September 2009, 10:00AM, EST. Electronic notification of attendance must be received via e-mail no later than Wednesday, 23 September 2009, 12:00PM EST. Submission of quotes shall be forwarded by Monday, 28 September 2009, 12:00 PM EST. Submission of proposals and attendance to site visit shall be forwarded to claudetta.smith@conus.army.mil. Please direct any questions regarding this combined synopsis/solicitation to Nikki Smith at the email address provided above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK07/W9124709T0524/listing.html)
 
Place of Performance
Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN01962558-W 20090921/090919234053-ecbc172e36703ef6f05adc9b2d9a966a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.