SOLICITATION NOTICE
99 -- AUDIO VISUAL DIGITAL UPGRADE - ANTICIPATED EQUIPMENT LIST
- Notice Date
- 6/25/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- 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
- H92244-14-T-0239
- Archive Date
- 7/30/2014
- Point of Contact
- Courtney Greco, Phone: 7578629471
- E-Mail Address
-
courtney.greco@vb.socom.mil
(courtney.greco@vb.socom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- ANTICIPATED EQUIPMENT LIST 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 H92244-14-T-0239. 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) 2005-75 effective 24 June 2014. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 334310 with a standard business size of 750 employees. The DPAS rating for this procurement is DO-C9E. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: BRAND NAME OR EQUAL. IF QUOTING EQUAL, VENDOR MUST PROVIDE SPECIFICATIONS IN ORDER TO BE CONSIDERED FOR AWARD. SECTION B Schedule of Supplies and Services CLIN 0001 AUDIO VISUAL DIGITAL UPGRADE IN ACCORDANCE WITH STATEMENT OF WORK AND ANTICIPATED CONTRACTOR FURNISHED EQUIPMENT LIST QTY: 1 LOT MANDATORY SITE VISIT Please note a mandatory site visit will be conducted to allow vendors time to estimate this requirement. The site visit is scheduled for Tuesday, 8 July 2014 at 10:00am EST. Pre-registration is required for interested parties to attend the site visit. Any information submitted after the pre-registration deadline will not be accepted and access will be denied. For pre-registration, please submit the following information with the subject line "14-T-0239 Site Visit": full name, company name, social security number, date of birth, place of birth, and citizenship no later than Tuesday, 1 July 2014 at 10:00am EST to Courtney Greco via email at courtney.greco@vb.socom.mil. Please annotate if you do not have base access and will require a vehicle day pass. Directions will be distributed closer to the site visit date. Instructions will be distributed if a vehicle day pass is needed; the day pass will be picked up at local Pass & ID office before attending the site visit. STATEMENT OF WORK: BLDG 355 CONFERENCE ROOM C AUDIO VISUAL DIGITAL UPGRADE 1.0 SCOPE OF WORK a. The government requires modification and upgrade to BLDG 355 conference room "C." The system modification will include conversion of a legacy analog AV system to a full digital matrix switching system. All items not specifically identified as government furnished equipment (GFE) in this statement of work (SOW) will be researched, engineered, procured, installed and programmed by the contractor. b. The contractor will ensure all system engineering is sound and provided by a certified AV designer/engineer. The contractor will be held accountable in ensuring all contractor procured and GFE system components are compatible with the switching and control system and existing GFE system components. The contractor will ensure system upgrade does not degrade overall system performance or audio/video clarity and quality. The contractor is required to provide proposed system line drawings showing all equipment type and interconnections for review by the government prior to contract award. c. The contractor will ensure all equipment provided in support of this contract do not have WI-FI, Blue-tooth or other internal RF transmission technology. 1.1 CONTRACTOR PROVIDED SERVICES AND EQUIPMENT a. The contractor will provide the following services and equipment outlined in this SOW to accomplish all specific requirements of the customer: b. The system will incorporate a new commercial grade Extron®, Crestron® or comparable digital matrix switcher, the matrix switcher must support DVI with audio and *HDMI. *NOTE: All HDMI cables must meet HDMI 1.3 standards only; the HDMI 1.4 standard supports two way communication and is not authorized for use anywhere in this installation. The matrix switcher input/output (I/O) size should provide all required I/O ports to support the system upgrade as described in this SOW and have a minimum of three free unused I/O ports available for future system expansion. The contractor will use only commercial/professional grade equipment and hardware in support of this installation to bolster 24 X 7 continuous operation. All HDMI extenders utilized in the installation will use shielded twisted pair cables. c. The contractor will remove the existing Extron analog switching system and all RGB and RGBHV video cables routed in ceiling/wall voids, equipment rack and under the conference room lectern. All new cable sets will be installed and routed using proper cable management techniques to exhibit a professional and clean installation. d. The contractor will remove four existing RGBHV PC interfaces exiting the front wall of the room and replace them with PC interface wall plates. The PC wall plates will have an auto sensing DVI and HDMI input connections one 3.5mm Audio jack and 2 RJ-45 network connection jacks. The RJ-45 connections will extend to a single duplex RJ-45 wall plate located on the opposite side of the wall in the adjacent equipment room. e. The contractor will remove and replace the existing GFE conference table and provided a replacement conference table matching the same finish, color and style of the conference table being replaced. The conference table will have two pedestal supports and cable management raceways under the top to support the installation of two surface mount AV connection enclosures. f. The contractor will procure and install two commercial grade hideaway surface mount AV access enclosures in black finish. Each access enclosures will have two RJ-45 Ethernet jacks, one duplex power receptacle, auto sensing HDMI and VGA connections w/3.5mm audio jack. g. The contractor will procure a wide low profile metal race-track to be custom installed under the carpet to support AV, power and network connectivity to the table. The race-track will extend from the wall closest to the table to the table support pillar and have pull strings installed to support future CAT-5 cable additions. h. The contractor will provide one flip open hide away power and network cable cubby with pre-installed connectivity for eight RJ-45 Ethernet jacks mounted on internal panels and four duplex power receptacles mounted on the opposite side inside panel. The power receptacles will connect to a under table mount surge protectors with cords that will extend through the race-track to GFE wall receptacles in the adjacent equipment room. i. The contractor will install all new commercial grade DVI digital video and control cables to two (2) existing GFE 46" pole mounted LED monitors, two (2) GFE 60" HD plasma monitors and one ceiling mounted projector using commercial grade hangers and proper cable management techniques, all cables will be labeled and have a 2 meter service loop in the ceiling. j. The contractor will remove existing legacy touch panel and install a new 11" or greater lectern mounted Crestron touch panel. k. The contractor will provide two PC interface wall plates under the lectern to connect existing GFE tower PCs to the system. The wall plates will provide auto sensing HDMI and DVI connections w/3.5mm audio jack and Local PC monitor output. NOTE: Lectern mounted DVI interface units must provide local monitor DVI video output for simultaneous viewing on AV system and lectern mounted PC display control of laptops will be via GFE 4 port advocent switchview KVM. l. The contractor will ensure all exposed cable sets leading to the GFE full-size equipment rack are enclosed in protective black ambilical cord style wrap; a service loop of 2 meters is required to facilitate moving of the GFE equipment rack for maintenance. m. The contractor will replace existing legacy control processor with a Crestron PRO2 control processor ensuring firmware is updated and all required control I/O modules are provided for full system operation and control. n. The contractor will ensure the system retains full AV routing, PC presentation and programming control of two separate GFE Cisco C90® VTC codec's connected to separate classified networks. The existing VTC codecs share a single switched GFE Cisco 12X HD camera with full PTZ control. Control of the camera is switched between each VTC codec and controllable via the GFE supplied TRC IR remote and from contractor programming on the camera control page on the Crestron touch panel. The VTC codec's are connected to government Ethernet networks. The HD VTC Camera is switched by GFE vaddio one-link and switched between the codecs. The contractor will ensure each GFE VTC unit is provided with DVI video input and audio from the system matrix switcher and GFE audio DSP to support PC presentation mode of any selected AV source. Routing of PC and matrix source video is required to support slide show push capability (presentation mode) on the VTC units. The contractor will study existing system design and programming to ensure all routes are made and the VTC system functions as required by the customer from either IR remote or touch panel. o. The contractor will ensure the input and outputs of the unselected VTC unit are switched to null to prevent any chance of cross contamination. NOTE: VTC units will not be powered off; they are to remain on 24 X 7. p. All source audio inputs will be separately routable from any user selected source then processed and balanced via GFE audio DSP unit before being output to a commercial grade audio amplifier feeding existing ceiling mounted full range speakers. System programming will provide matrix audio routing and not be setup so that audio follows source video. Routing a source to the room speakers will switch the audio portion only for the selected device and will not affect existing video routes. q. Three existing GFE super-cardioid ceiling mounted microphones and three existing GFE audience condenser microphones will be balanced in the DSP to provide optimum balance and room coverage. The user will have the option of switching the audience microphones off from the touch panel as well as overall microphone gain control. Ceiling microphone audio will not be processed or output to the room speakers under any conditions. r. The system will incorporate a contractor provided commercial grade multi-format BR/DVD player mounted on top of the GFE lectern and controllable via the supplied IR remote or transport controls on the system touch panel. s. The system will incorporate one equipment rack mounted GFE VBrick multi-format 8000 series Set Top Box controllable from the touch panel. t. All system touch panel programming layout and control design pages will follow a government provided template to be printed by the contractor and presented to the command VTC manager for review and approval prior to implementation into system programming. u. The contractor is required to compile all required information and system specific engineering questions and data during the site visit to reduce or eliminate post visit contractor generated RFI questions. v. The contractor awarded the contract will schedule a pre-installation visit with the command AV/VTC manager to confirm all installation requirements have been addressed, review work schedule and provide anticipated installation and completion dates. w. The government VTC manager retains final approval for all equipment substitutions made under the "or equivalent or comparable" language in this statement of work. 1.2 CONTRACTOR REQUIREMENTS a. The contractor is required to offer support within 4 hours transit time of Virginia Beach in order to provide critical emergency on-site support maintenance as specified in section 2B of this SOW. b. The contractor will provide a complete professional turnkey installation of all equipment. No modifications will be made outside the scope of the SOW without prior approval from the Contract Specialist. c. The contractor must have certified technical specialist CTS, CTS-D and certified Crestron programmers in support of this SOW. d. The contractor will properly route, terminate and cable tie all cables in the equipment rack, ceiling and wall voids using AV industry standard lacing methods and proper cable routing practices. e. The contractor will ensure all cables in the ceiling are plenum rated cables and using proper cable suspension devices or existing cable raceways where available. All interconnect and extension cables will be labeled at both ends. All cable labels will correspond to blueprints and line drawings, all labels and will be clearly visible using machine printed labels. f. The contractor will engineer and create all CAD / line drawings in hard and soft copy to reflect actual installation model, modifications, interconnections and devices. g. The contractor will ensure only top quality commercial/professional grade equipment and hardware is used in support of this installation to ensure reliability and 24 X 7 X 365 operational capabilities. h. The contractor will engineer the system to ensure 100% equipment interoperability and compatibility with all contractor provided and GFE installed system components or devices. i. The contractor will ensure all system components have the latest manufacturer recommended firmware pre-installed to include the touch panel, control processor, DSP units either contractor provided or GFE. j. The touch panel and system programming will only provide control and routing signals between control devices. No program audio or video streams will be sent to or stored on the system touch panel or system controller. k. The contractor will provide all required commercial grade scalers or scan converters and commercial grade video extenders as required to ensure full HD video clarity and proper conversion for high quality display on High Definition (HD) monitors and projectors. l. The contractor will provide custom programming on the digital audio processor to ensure all room microphones are balanced and have no lost in signal amplitude due to routing through the system. All digital audio processor adjustments and modifications will undergo functional testing by the A/V VTC manager prior to acceptance. m. The contractor will provide appropriate rack mounted UPS filtered power for critical VTC and control/processing equipment including surge protected power strips for all rack and lectern mounted equipment. n. The entire AV/VTC system installation must pass acceptance testing which will include cable management, component installation and functional/operational testing of each system source, transport, control and routing function prior to system acceptance and sign off. 2.0 SUPPORT REQUIREMENTS a. Maintenance The contractor will schedule and perform one (1) scheduled maintenance visit six (6) months after system acceptance by the customer. All installed equipment will be checked and upgraded with the latest manufacturer recommended firmware/software as available. The system will be adjusted as necessary to provide optimum audio and video clarity. System programming will be adjusted or reconfigured as necessary to address any customer requested layout or control changes. All maintenance will be in accordance with manufacturer specifications and use only manufacturer approved code, test equipment and techniques. b. On-site support The contractor shall provide on-site technical support to repair, service, and/or replace any system component or VTC related equipment issues as requested by the customer for a period of one year from the date of acceptance. The contractor shall address all customer issues on-site when requested following the urgency schedule shown below. 1. For Customer Service identified as CRITICAL: 4 Hours. 2. For Customer Service identified as URGENT: Next work day. 3. For Customer Service identified as PRIORITY: 2 work days. 4. For Customer Service identified as ROUTINE: 4 work days. c. Off-site repairs For a period of one (1) year from acceptance of the system, when equipment cannot be repaired on-site, the Contractor shall coordinate off-site repairs with original equipment manufacturers or third party vendors on all equipment requiring repair. The government shall contract separately for all replacement parts and/or any additional maintenance support requirements. d. Engineering and technical support The contractor shall provide all engineering and technical support as required to support any system issues for a period of one (1) year from the system acceptance date. e. Technical Advice The contractor shall provide technical advice concerning any new software or hardware updates and how they may affect the overall operation of the AV/VTC system during prior to installation including any changes to the operational characteristics of the AV system. f. Documentation The contractor shall provide a copy of all documentation to the government AV/VTC manager including all UN-compiled programming source code for the control processor, touch panel and DSP units on CD upon completion of contract. Documentation will include all critical operations or maintenance guides, line drawings and equipment manuals pertaining to installation in a presentation binder. At a minimum, this documentation shall include critical telephone numbers, vendor suppliers and business cards of all primary and third party sub-contractors, and will include full contact information for each. Original copies of all service agreements, source codes and line drawings will be included and presented to the AV/VTC manager. g. Technical Libraries The contractor shall maintain a technical library of the installation with copies of all installed equipment, serial numbers, manufacturer data sheets, system schematics, user's guides, compiled and UN-compiled programming source code(s) and copies of all operations and installation manuals. Updates to the technical library holdings shall be posted as received and a copy provided to the VTC manager. The contractor will provide the Government with all original manuals, schematics, source code and any accessories including hardware originally provided by the original equipment manufacturer (OEM) package for the installed system. 3.0 EQUIPMENT / SOFTWARE OWNERSHIP All installed equipment, software programs, source codes (compiled or UN-compiled), dongles, applications, programming and supporting documentation developed under this contract by the Contractor in support of identified needs and/or requirements of government shall be the complete property of the US government for which the government shall receive unlimited data rights. 4.0 CUSTOMER TRAINING The contractor shall provide customer with 2 hours of operator training on all aspects of the installed system to include proper system startup, shutdown, operation of the touch panel, transport and function controls, user adjustments and touch screen calibration. 5.0 CONTRACTOR SECURITY INFORMATION a. Contractor will not disclose contract details to third parties or use award of this contract as endorsement or advertisement in part or whole without the express authorization of the Public Affairs Officer of the U.S. Navy. The contractor will notify the contracting officer immediately if third party inquiries are made. b. All contractor personnel working in the government compound will be listed on a contractor supplied security access request consisting of a company letter head and cover sheet. This will be provided electronic format to the VTC manager. The access request will contain the elements listed below for each individual who will visit, service or support the installation on the compound. All contractor personnel will require escort while within the government compound. 1. Full name: 2. Date and place of birth: 3. Citizenship: 4. SSN: c. The contractor will provide as an attachment the following vehicle data for each vehicle used in support of this contract maintenance. 1. Year 2. Make: 3. Model: 4. Color 5. Plate number: 6. State: 7. Registered owner. Anticipated contractor furnished equipment: SEE ATTACHED DOCUMENT FFP FOB DESTINATION Section I Clauses FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52.204-7 System for Award Management Jul 2013 FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Jul 2013 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Aug 2013 FAR 52.211-6 Brand Name or Equal Aug 1999 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011 FAR 52.212-1 Instructions to Offerors - Commercial Items Jul 2013 FAR 52.212-3 Offeror Representations and Certifications - Commercial Items Nov 2013 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Sep 2013 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Jan 2014 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Jan 2014 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul 2013 FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984 FAR 52.242-13 Bankruptcy Jul 1995 FAR 52.243-1 Changes - Fixed Price Aug 1987 FAR 52.247-34 F.o.b. Destination Nov 1991 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan 2009 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD officials Nov 2011 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A System for Award Management Alternate A May 2013 DFARS 252.225-7000 Buy American Statute-Balance of Payments Program Certificate Jan 2014 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Dec 2012 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec 2012 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 SOFARS 5652.252-9000 Notice of Incorporation 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.hill.af.mil FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (Apr 2011) - Alternate 1 Nov 2013 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 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: Technical capability, past performance, and price. Technical capability and past performance, when combined, weigh more than price. Offerors shall submit past performance information to include contract number, government agency point of contact and contact information, description of supplies and services provided, unit of issue, and extended price. Past performance shall be current and shall not exceed three (3) fiscal years before posting date of the combined solicitation/synopsis on FBO. Past performance will be evaluated as to its 1) relevancy (similar in scope, magnitude, or complexity to the requirement solicited); and 2) performance risk (conforming to the specifications and standards of good workmanship, adherence to contract schedules, ability to resolve technical or other problems effectively, and quality of products delivered), resulting in an overall past performance rating. (Note: In the case of an offeror without a record of relevant past performance of for whom information on the past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance and will receive an overall rating of NEUTRAL) The Government will award this contract based on best value to the Government. SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 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 Officer is Christine Anderson, telephone (757) 862-9469. SOFARS 5652.204-9003 Disclosure of Unclassified Information (Nov 2007) (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, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. SOFARS 5652.233-9000 Independent Review of Agency Protests (Aug 2011) All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision shall be made through the Contracting Officer to the HCD/FCO. If the HCD/FCO is the Contracting Officer, submit the request in accordance with FAR 33.103(d)(4) to: Chief of Contracting, N01K, 1636 Regulus Avenue, Virginia Beach, VA 23461-2299, Fax (757) 862-9478. 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. 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 by email the following point of contact: Courtney Greco, Contract Specialist; Email address: courtney.greco@vb.socom.mil. Quotes must be received no later than 10:00am Eastern Standard Time (EST) on Tuesday, 15 July 2014. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM)website at https://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Courtney Greco, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. To expedite contract award, please include the following with your quote: POC Name, phone & email address Cage Code DUNS number Tax ID number Availability/Delivery Lead Time for each item Point of Contact for this solicitation is Courtney Greco at courtney.greco@vb.socom.mil or phone (757) 862-9471 or fax to (757) 862-9478.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-14-T-0239/listing.html)
- Place of Performance
- Address: 1636 REGULUS AVE, VIRGINIA BEACH, Virginia, 23461, United States
- Zip Code: 23461
- Zip Code: 23461
- Record
- SN03406205-W 20140627/140625235301-6bdd0238e6716567099f1cad572379f7 (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 |