Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 02, 2014 FBO #4542
SOLICITATION NOTICE

D -- Audio/Visual Wall System Maintenance Support for the Missouri National Guard Joint Operations Center (JOC)

Notice Date
4/30/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
 
ZIP Code
65101-1200
 
Solicitation Number
W912NS-14-T-7000
 
Response Due
5/16/2014
 
Archive Date
6/29/2014
 
Point of Contact
Joseph Paul Caldwell, 573-638-9847
 
E-Mail Address
USPFO for Missouri
(joseph.p.caldwell.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for services of Audio/Visual Wall System Maintenance Support. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Proposal (RFP). The NAICS code is 334310 and the small business size standard is 750 employees. This requirement is designated as a total small business set-aside. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. You will not be eligible to receive an award if you are not in the System for Award Management database. Scope/Deliverables. See attached PWS. Evaluation Criteria. The evaluation criteria for this requirement will be lowest price technically acceptable. The Contracting Officer reserves the right to award to other than the low bidder based on the following items in the respective order: Technical acceptability compared to price resulting in the best overall value for the Government. Past performance and active exclusions through mandatory reporting systems may also play a factor. If past performance references are required on this synopsis they will be listed here: Not Required. Additionally the following FAR Clauses and Provisions apply to this acquisition: 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 Alt I Offeror Representations and Certification - Commercial Items Alt I 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 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 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.237-11 Accepting and Dispensing of $1 Coin 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses Applicable DFARS Clauses and Provisions included: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DOD Officials 252.204-7004 Alt A System for Award Management Alt A 252.204-7011 Alternate Line-Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2014 Appropriations 252.211-7007 Reporting of Government Furnished Property 252.225-7000 Buy American Act - Balance of Payments Program Certificate 252.225-7001 Buy American and Balance Of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252-247-7024 Notification of Transportation of Supplies by Sea Payment Terms. WAWF will be the mandatory payment vehicle for this acquisition; electronic funds transfer to banking information registered with SAM/Cage Code. The Missouri USPFO is live on WAWF as of 1 February 2013; submission will be quote mark INVOICE ONLY quote mark not combo or 2 in 1. WAWF registration and online invoicing is now required. Standard payment terms are Net 30 unless a discount is offered. Every effort will be made to expedite payment to small businesses. FAR Part 32.1110 - Solicitation Provision and Contract Clauses, FAR Clause 52.232-33 - Payment by Electronic Funds Transfer - System for Award Management. Delivery Terms/Place of Performance. Place of performance will be Jefferson City, MO 65101, Cole County. Contractor Manpower Reporting. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil or https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's 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, e-mail address, identity of contractor employee entering data (5) Estimated direct labor hours (including sub-contractors) (6) Estimated direct labor dollars paid this reporting period (including sub-contractors) (7) Total payments (including sub-contractors) (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each Sub-contractor if different) FSC CODE IS R699 (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 purposes of reporting this information)[W58MZ2 OR 58MZ2] (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website) (12) Presence of deployment or contingency contract language (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. 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 contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. Complete this requirement within 30 days from the end of the service or end of each option year. U.S. Dept of Labor Wage Determinations apply to this contract and can be downloaded at www.wdol.gov. The wage determination for this action is WD 05-2310 (Rev.-14) first posted on www.wdol.gov on 06/25/2013. COR. Not required, under 150K. Submission. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, CAGE Code, business size and designations, and the contractor must remit a completed copy of the Offeror Representations and Certifications - Commercial Items (FAR Clause 52.212-3). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. Part (b) states: 1)Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. 2)The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. The government will not accept incomplete proposals/quotations. Offers will be evaluated on technical acceptability and price for the overall best value. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the best overall value. Response. The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 1700 CST 16MAY14. Quotes can be emailed to joseph.p.caldwell.mil@mail.mil. Offers received after this date and time will be considered as late submissions in accordance with FAR Clause 52.212-1(f) - Instructions to Offerors - Commercial Items, and will not be evaluated or considered. Please refer any questions to the above at joseph.p.caldwell.mil@mail.mil. Contracting Office Address: 7101 Military Circle Jefferson City, Missouri 65101 United States Primary Point of Contact: CPT Paul Caldwell joseph.p.caldwell.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA23/W912NS-14-T-7000/listing.html)
 
Place of Performance
Address: USPFO for Missouri 7101 Military Circle, Jefferson City MO
Zip Code: 65101-1200
 
Record
SN03352870-W 20140502/140430235201-311781f1635cb2c4b43817fc0c6688b3 (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.