Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 18, 2014 FBO #4528
MODIFICATION

70 -- Audiovisual system upgrade in the Crisis Action Team(CAT) work area located in the Command Post in the Operations building on the Nebraska Air National Guard(NEANG) base in Lincoln NE.

Notice Date
4/16/2014
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
USPFO for Nebraska, 1234 Military Road, Lincoln, NE 68508-1092
 
ZIP Code
68508-1092
 
Solicitation Number
W9124314T0504
 
Response Due
4/21/2014
 
Archive Date
6/15/2014
 
Point of Contact
Tonja Buchholz, 402-309-8254
 
E-Mail Address
USPFO for Nebraska
(tonja.buchholz@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This amendment is posting drawing for dimensions of cutouts and wall area for projectors. 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; proposals are being requested and a written solicitation will not be issued. The Government intends to issue a Request for Proposal(RFP) for a Firm Fixed-Price Contract for an upgrade to our audiovisual equipment in the Crisis Action Team(CAT) work area located in the Command Post in the Operations building on the Nebraska Air National Guard(NEANG) base in Lincoln NE. The proposal shall include all materials, installation and training. The North American Industry Classification System (NAICS) Code is 541512. The small business size standard, based on average annual receipts is $25.5 Million. This requirement will upgrade audio and visual display system in the CAT for the unit to accomplish mission critical actions during time of national and state emergencies. The system will be controlled by a team member to organize and display appropriate incoming information for additional team members. This requirement will include but is not limited to: flat screen tvs, projectors, electronic control system, cable and connections to tie systems together to make the system functional, aesthetically appealing and safe. New equipment only covered by the manufacturer's warranty; no remanufactured or quote mark gray market quote mark items. Vendor shall provide separate training for at least two people on operation of equipment. Vendor shall provide manuals, documents, and reference materials pertaining to all equipment installed in the CAT work area. Vendor shall provide system configuration diagrams, room layout and as-built of the CAT work area. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and non-personal services necessary to perform project tasks. These activities are to take place between the hours of 7:30 A.M. and 4:00 P.M. Monday through Friday, excluding Federal holidays. EVALUATION FACTORS: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation represents the Best Value to the Government, price and other factors considered. Best Value is defined as an award based on the greatest overall benefit in response to the requirement Award for this requirement is based on the following evaluation factors: - Company's ability to perform (technical capability) - Past Performance - Price/Cost EVALUATION CRITERIA: Technical capability is slightly more important than Past Performance and when combined the non-cost factors are approximately equal to the Price Factor. The Best Value may not be the lowest price. Please provide the required information as follows: Part I Company's ability to perform (technical capability) Contractor Experience and proposal Part II Past Performance Mention no more than three (3) contracts completed in the last two years equal or similar to this project, and provide contact information for referenced projects. If you do not have relevant past performance and are using experience of key personnel, predecessor companies or subcontractors to obtain this contract, ensure you clearly state it in the proposal. Part III Price/Cost Please include warranty details. The contract will be awarded using Source Selection Tradeoff Procedures. Negotiations will not be held. Award in this process does not necessarily mean the lowest price wins. PLACE OF PERFORMANCE: Nebraska Air National Guard, 2945 NW 24th St, Operations Bldg, Lincoln NE 68524 PERIOD OF PERFORMANCE: It is desired to have this requirement fully installed, trained and ready for government use by the end of May 2014. SYSTEM FOR AWARD MANAGEMENT (SAM): Offerors must be successfully registered and active in SAM, (www.sam.gov ), in order to be considered for an award. To be considered, responsive offerors must register in SAM at https://www.sam.gov/portal/public/SAM/ before submitting an offer. Instructions for registering are available at the SAM website https://www.sam.gov/portal/public/SAM/. ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the solicitation. The RFP documents for this procurement will be posted on the Federal Business Opportunities (FBO) website, (www.fbo.gov). In order to receive notification of any amendments to this solicitation interested vendors must REGISTER TO RECEIVE NOTIFICATION on the Federal Business Opportunities website at http://www.fedbizopps.gov/. If you are not registered, the Government is not responsible to provide you notification of any changes to this solicitation. Issue combined synopsis and solicitation: Friday, April 4, 2014 Site Visit: 3:00 PM Tuesday, April 8, 2014 Questions due date: 3:00 PM Thursday, April 10, 2014 Government response to questions: 12:00 PM Monday, April 11, 2014 Proposal due date: 3:00 pm Monday, April 21, 2014 Estimated Award Notification: Tuesday, April 22, 2014 Note: All local time The solicitation will be issued electronically on the Federal Business Opportunities web page; (http://www.fedbizopps.gov/). All attending site visit must provide company name and the names of employees attending by 10:00am Tuesday, April 8, 2014. If names are not received, base access to site visit cannot be guaranteed. Photo ID is required to enter base. All proposals shall include the following minimum information: Cage Code Number, Duns Number, Taxpayer I.D. Number, Discount Terms, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. All responsible sources may submit a proposal which shall be considered. Proposals may be emailed, faxed or hand delivered. Hand carried proposals must be delivered to MSgt Tonja Buchholz, USPFO P & C, JFHQ Building 1 Room 2203, 2433 NW 24th St, Lincoln NE 68524. Offerors are cautioned that approval to enter the base may take several hours to be issued. Delays are probable at the entry point. Late receipt of proposals due to base entry delays and regular mail delivery delay may not be deemed excusable and the Contracting Officer may declare the proposal late and remove it from consideration. POINT-OF-CONTACT FOR QUESTIONS: The point of contact for this solicitation is MSgt Tonja A. Buchholz, telephone: (402)309-8254, fax: (402) 309-7524, email tonja.buchholz@ang.af.mil. Any communications or questions regarding this requirement must be made in writing and forwarded via email and must identify the RFP number, company name, address, email address, phone number including area code, facsimile number, and point of contact. Mailing address: Attn: MSgt Tonja Buchholz P & C, Joint Force Headquarters Building 1, Room 2203 2433 NW 24th Street Lincoln NE 68524-1801 Additional Info: Statement of Work Applicable clauses and provisions: The provision 52.212-1, 52.212-2 and 52.212-3 apply to this acquisition. The clause 52.212-4 and 52-212-5 apply to this acquisition. Contracting Office Address: USPFO for NE P & C, JFHQ Bldg 1, Room 2203, 2433 NW 24th Street, Lincoln NE 68524-1801 Place of Performance: Nebraska Air National Guard, 2945 NW 25th St, Operations Bldg, Lincoln NE 68524 Point of Contact(s): Tonja Buchholz, (402) 309-8254 Danielle Nuss, (402) 309-8269
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA25/W9124314T0504/listing.html)
 
Place of Performance
Address: Nebraska Air National Guard 2945 NW 25th St Lincoln NE
Zip Code: 68524-1888
 
Record
SN03339858-W 20140418/140416234451-ab7f8188a4375d59a00f9351e127b33c (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.