Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2013 FBO #4192
MODIFICATION

N -- A/V System Reconfiguration - Update SOW

Notice Date
5/15/2013
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-13-T-0178
 
Archive Date
6/5/2013
 
Point of Contact
Andrea K Buck, Phone: 7578932723
 
E-Mail Address
andrea.buck@vb.socom.mil
(andrea.buck@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment contains updated Statement of Work. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed 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. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0168. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-65 effective 28 February 2013. North American Industrial Classification Code (NAICS) 541512 with a standard business size of $25.0 million applies to this procurement. This procurement is 100% small business set-aside. The DPAS rating for this procurement is DO-S10. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure commercial services and commodities to install card access card readers. Section B Schedule of Supplies and Services CLIN 0001 A/V System Reconfiguration Material Period of Performance: TBD Place of Performance: NSWDG, 1636 Regulus Drive, Virginia Beach, VA 23461 FOB Destination CLIN 0002 A/V System Reconfiguration Labor/ Installation SECTION C: 1A/V System Installation Scope of Work Bldg 250, Room D215 1.0 (U) Background The government requires installation of an A/V and system to provide visual display capabilities in room D215, Bldg 250. The installation will be a new standalone system capable of displaying information from local computers for public view in the immediate vicinity inside the room. This is considered a turnkey solution. 2.0 (U) Requirements 2.1 (U) General Requirements 2.1.1 Contractor will fabricate all cabling necessary for system to necessary lengths in accordance with industry codes and standards. All cabling will be appropriately labeled. 2.1.2 All manufactured printed materials shall be turned over to the government. 2.1.3 Provide system drawings and schematics in one (1) hard copy and one (1) electronic copy to the government. 2.1.4 Test and commission the system in coordination with the government's Contracting Officer Representative and VTC manager. 2.1.5 Provide system user training at the conclusion of the installation for all major systems and interfaces prior to conclusion of the project. 2.1.6 Install floor raceways/coverings to cover cabling for any cables run across the floor. 2.2 (U) A/V System Room D215 2.2.1 Contractor will design, develop, and install an A/V system for the main office area which will consist of 32 inputs and 10 outputs. Inputs and outputs shall accommodate both analog and digital signals. The designated area for this system will be in accordance with attachment 1, outlined by the blue line. 2.2.2 Contractor will provide 8 commercial grade display monitors with a viewing display of 90 inches, LED, PC HD, and 240 Hz refresh rate, along with all wall mounts for the systems. Wall mounts will accommodate tilting displays up and down as well as pivoting left and right to provide for adjustment in the optimum viewing angle for users. 2.2.3 Connection types for inputs/outputs will be DVI for government computer inputs and display outputs Provide commercial grade switcher to accommodate input/output configuration. Provide all necessary media converters for system. 2.2.4 System shall allow the user to push audio/video from any PC input to any display screen. 2.2.5 Contractor will install rack and required equipment locally, in room D215. 2.2.6 Additional equipment requested includes commercial multi-function CD/DVD/Blu-ray player (equipment currently used by government at location is Sony BDP-S370, equal or equivalent) and incorporation of Vbrick to provide TV over IP to the system (equipment required by VTC office is Vbrick 8000-0188 Vbrick Ethernet IPTV h.264 HD set top box, no substitute allowed, and transition networks E-1000BTX-FX-05(SC) Fiber SC to RJ-45 100BT Media Converter, commercial or professional grade equivalent).. A four speaker sound system with the capability of pushing audio from a selected PC to the room audio or from other auxiliary equipment. 2.2.7 Provide an intuitive touch panel interface. 2.2.8 Wireless interoperability of system components is prohibited. 2.2.9 Provide one year maintenance. 3.0 (U) Contractor Security Information/Clearances All contractor personnel working on the government installation will be listed on a contractor supplied Security Access Request on company letter head. This will be provided in hard copy and electronic format to the contracting officer. The access request will contain the full name, place and date of birth, citizenship, SSN, and nationality of personnel who will work on the installation. The contractor will attach as an enclosure any security clearances held by employees associated with the project. 4.0 (U) Schedule The government estimates total time to completion for this project is 45 days from award of contract. The contractor will propose a schedule outlining an appropriate timeline. CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions Jan-12 FAR 52.203-3 Gratuities Apr-84 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep-06 FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan-97 FAR 52.204-99 System for Award Management Registration (DEVIATION) Aug-12 FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Feb-12 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec-10 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr-08 FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08 FAR 52.212-1 Instructions to Offerors - Commercial Items Feb-12 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb-12 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb-12 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Feb-12 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-11 FAR 52.222-3 Convict Labor Jun-03 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Jul-10 FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99 FAR 52.222-26 Equal Opportunity Mar-07 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10 FAR 52.222-50 Combating Trafficking in Persons Feb-09 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug-11 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct-03 FAR 52.232-36 Payment by Third Party Feb-10 FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul-02 FAR 52.233-3 Protest After Award Aug-96 FAR 52-242-13 Bankruptcy Jul-95 FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug-87 FAR 52.246-25 Limitation of Liability - Services Feb-97 FAR 52.247-29 F.o.b. Origin Feb-06 FAR 52.249-8 Default (Fixed Price Supply & Services) Apr-84 FAR 52.253-1 Computer Generated Forms Jan-91 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan-09 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11 DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-12 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec-09 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct-11 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03 DFARS 252.232-7010 Levies on Contract Payments Dec-06 DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02 SOFARS 5652.204-9004 Foreign Persons 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11 SOFARS 5652.237-9000 Contractor Personnel Changes 1998 SOFARS 5652-252-9000 Notice of Incorportation of Section K 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer 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 in descending order of importance: (i) Technical - Offeror shall provide documentations that demonstrate that it meets the requirements of this solicitation. (ii) Past Performance - Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts/agreements for similar scoped projects performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (iii) Price -All line items will be reviewed for price reasonableness. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) - Alternate 1 Feb-12 FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99 FAR 52.222-25 Affirmative Action Compliance Apr-84 FAR 52.222-41 Service Contract Act of 1965, as amended Nov-07 FAR 52.252-2 Clauses Incorporated By Reference Feb-98 FAR 52.252-5 Authorized Deviations in Provisions Apr-84 FAR 52.252-6 Authorized Deviations in Clauses Apr-84 SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer 2005 The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officers are Ana Downes, telephone (757) 862-9465 and Christine Anderson, telephone (757) 862-9469. SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan-07 (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. LOCAL The Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal law and regulation. LOCAL The vendor will be required to submit monthly reports detailing maintenance performed with each invoice. SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) As prescribe in 5615.209(l), insert the following provision, Editable and Fill-ins All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: LT Andrea Buck - Contract Specialist andrea.buck@vb.socom.mil PH - 757-862-9464 1636 Regulus Ave. Virginia Beach, VA 23461-2299 SOFARS 5652.232-9003 Paying Office Instructions (2005) As prescribed in 5632.7004(b), insert the following clause, Editable & Fill-ins (a) The Primary Contracting Office Point of Contact is: LT Andrea Buck, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, andrea.buck@vb.socom.mil, 757-862-9479. (b) The Administrative Contracting Office Point of Contact is: LT Andrea Buck, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, andrea.buck@vb.socom.mil, 757-862-9464. (c) The Contracting Officer's Representative is: LT Andrea Buck, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, andrea.buck@vb.socom.mil, 757-862-94646. (d) Invoice(s) should be forwarded directly to the following designated billing office: Located in block 9 of the SF1449. (e) Payment will be made by the office designated in Block 12 on Standard Form 26, Block 25 on Standard Form 33, or Block 15 on DD form 1155, Block 18a on Standard Form 1449 or otherwise designated paying office. (f) Payment to the contractor shall be mailed to the following address to be determined before contract award. (g) Special Payment Instructions: None. SOFARS 5652.233-9000 Independent Review of Agency Protests (2005) All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. Submit request in accordance with FAR 33.104(d) (4) to: Naval Special Warfare Development Group, Chief of Contracting, (N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Fax (757) 862-0809. All questions concerning this procurement, either technical or contractual must be submitted to andrea.buck@vb.socom.mil. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Point of contact for this procurement is LT Andrea Buck at phone number: (757-862-9464) or email at andrea.buck@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by LT Andrea Buck by email at andrea.buck@vb.socom.mil, fax at (757) 862-0809 or U.S. Postal mail addressed to NSWDG, Attn: LT Andrea Buck (Contracts/N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 1:00 p.m. Eastern Standard Time (EST) on 21 May 2013. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2013-04-05 13:42:56">Apr 05, 2013 1:42 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2013-05-15 08:18:23">May 15, 2013 8:18 am Track Changes AMENDMENT 1 IS TO CLARIFY REQUIREMENT AS A SMALL BUSINESS SET ASIDE. AMENDMENT 2 IS TO CORRECT SOLICITATION AND SITE VISIT INFORMATION. AMENDMENT 3 IS TO EXTEND THE CLOSE DATE TO 7 MAY 2013. AMENDMENT 4 IS TO REOPEN SOLICITATION DUE TO MODIFICATIONS OF THE SOW.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0178/listing.html)
 
Record
SN03063497-W 20130517/130515235846-204c0d2f691ba60a792e1fd6b5abfe19 (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.