SOLICITATION NOTICE
70 -- Joint Operations Center Sound System - Statement of Work
- Notice Date
- 8/25/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Utah, PO Box 2000, Draper, Utah, 84020-2000
- ZIP Code
- 84020-2000
- Solicitation Number
- W67K2S-0231-0001
- Archive Date
- 10/5/2010
- Point of Contact
- Diane N. Johnson, Phone: 8014324094
- E-Mail Address
-
diane.n.johnson@us.army.mil
(diane.n.johnson@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Joint Operations Center Sound System Statement of Work DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation W67K2S-0231-0001 is being issued as a Request for Quotation. This requirement is a 100% Small Business Set-aside acquisition. The NAICS code is 334310 with the size standard of 750 employees and the Standard Industrial Classification (SIC) code 3669 applies to the procurement. SPECIFICATIONS: The Utah National Guard has a requirement to design, furnish and install an Audio/Video & Control Sound System for the headquarters building in Draper, Utah. System, when completed shall be tested to ensure a fully operational system based upon the parameters outlined in the specifications. Attachment 001 contains the statement of work and required items for installation. Some items listed are specified as brand name or equal, if quoting an as equal item, please submit associated specifications or pamphlets. See attachment 001 - Integrated Audio Video Systems and Equipment. Offers will be evaluated on the proposal submitted which meets the lowest price, technically acceptable system. SITE VISIT INFORMATION: A site visit is scheduled for September 8, 2010 at 9:30 a.m. MST. Offerors shall email the Contracting Officer at diane.n.johnson@us.army.mil to receive site visit information and instructions. PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall provide proposal information that substantiates the equivalency of the product offered to the product stated and required herein. Include brand names and part numbers on quoted items. Prices shall be structured in accordance with Attachment 001. The Government will only consider the information provided in the offeror's proposal. Award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1(b). Failure to submit the information set forth therein for evaluation may render the offer nonresponsive. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at http://farsite.hill.af.mil ; DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: (1) FAR 52.203-3 Gratuities; (2) FAR 52.204-4 Printed or Copied-Double Sided on Recycled Paper; (3) FAR 52.204-7 Central Contractor Registration; (4) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; (5) FAR 52.211-6 Brand Name or Equal; (6) FAR 52.212-1 Instructions to Offerors - Commercial Items; (7) FAR 52.212-2 Evaluation - Commercial Items; (8) FAR 52.212-3 ALT 1 Offeror Representations and Certifications - Commercial Items; (9) FAR 52.212-4 Contract Terms and Conditions - Commercial Items; (10) FAR 52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.203-6, ALT I Restrictions on Subcontractor Sales to the Government; (b) FAR 52.219-6 Notice of Total Small Business Set-Aside; (c) FAR 52.219-8 DEV Utilization of Small Business Concerns (Deviation 2009-O0009); (d) FAR 52.219-14 Limitations on Subcontracting; (e) FAR 52.219-28 Post Award Small Business Program Representation; (f) FAR 52.222-3 Convict labor; (g) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; (h) FAR 52.222-21 Prohibition of Segregated Facilities; (i) FAR 52.222-26 Equal Opportunity; (j) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (k) FAR 52.222-36 Affirmative Action for workers with Disabilities; (l) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; ( m) FAR 52.222-50 Combating Trafficking in Persons; (n) FAR 52.222-99 DEV Notification if Employee Rights Under National Labor Relations Act (Deviation 2010-O0013); (o) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (p) FAR 52.232-33 Payment by Electric Funds Transfer- Center Contractor Registration; (q) FAR 52.233-3 Protest After Award; (r) FAR 52.233-4 Applicable Law for Breach of Contract Claim; (11) FAR 52.233-2 Service of Protest; (12) FAR 52.252-2 Clauses Incorporated by Reference; (13) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (14) DFARS 252.204-7004 Central Contractor Registration, Alternate A; (15) DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; (16) DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items; (17) DFARS 252.212-7001 Contract Terms and Conditions required to implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses and provisions within DFARS 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; (b) DFARS 252.225-7012 Preference for Certain Domestic Commodities; (c) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; (d) DFARS 252.247-7023 Transportation of Supplies by Sea; (18) DFARS 252.211-7003 Item Identification and Valuation; (19) DFARS 252.225-7014 Preference for Domestic Specialty Metals; (20) DFARS 252.243-7002 Requests for Equitable Adjustment; (21) DFARS 252.232-7010 Levies on Contract Payments. EVALUATION FACTORS: The Government will award a fixed price contract resulting from this synopsis/solicitation to the responsible offeror whose proposal conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1). Technical capability of the designed system offered to meet the Government requirement, understanding the SOW and specific tasks; (2). References and evidence of past performance; (3).Cost; (4). Simplicity of system operation for end users; (5). Amount of training required to manage system. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. Please submit the completed information in FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with your proposal. Quotations are due NLT 4:30 p.m. MST on September 20, 2010. Offers may be sent via e-mail to Diane Johnson at diane.n.johnson@us.army.mil. Questions regarding this solicitation shall be in writing and may be sent via e-mail to the address above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W67K2S-0231-0001/listing.html)
- Place of Performance
- Address: Utah National Guard Headquarters, 12953 South Minuteman Drive, Draper, Utah, 84040-9286, United States
- Zip Code: 84040-9286
- Zip Code: 84040-9286
- Record
- SN02254926-W 20100827/100825235814-a3c2aca460aec547c2c7fe3cf29988c0 (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 |