SOURCES SOUGHT
58 -- Delivery and Installation of sixty (60) 32" LED TVs
- Notice Date
- 7/20/2015
- Notice Type
- Sources Sought
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-15-T-0201
- Archive Date
- 8/21/2015
- Point of Contact
- Brigette L. Shepherd, Phone: 9375224511
- E-Mail Address
-
brigette.shepherd-colter@us.af.mil
(brigette.shepherd-colter@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Synopsis issued solely for information and planning purposes in seeking potential sources that may possess the expertise, capabilities, and experience to meet the requirements to deliver and install sixty (60) 32" LED TVs for the 88 th MDG at Wright-Patterson AFB, OH. T here is no solicitation available and requests for a solicitation will not receive a response. The decision to solicit for a contract shall be solely within the Government's discretion. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. CAUTION: Please review this announcement in its entirety. In accordance with Federal Acquisition Regulation 15.201, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any information submitted by respondents to this sources sought synopsis is voluntary and will not be returned. T he Government will not reimburse any costs incurred or associated with the submission of information in response to this notice. NOTE: All interested contractors must be registered in SAM (https:// www.sam.gov ) in order to be eligible for award of Government contracts. It is the responsibility of the interested parties to monitor this FedBizOpps website for additional information pertaining to this sources sought notice. INSTRUCTIONS: •1. The information below provides a "Program Description" and a "Contractor Capability Survey", which allows you to document your company's capabilities in meeting these requirements. •2. If, after reviewing these documents, you desire to participate in the market research, please complete and return the Contractor Capability Survey details below. Response format and due date information is specified at the bottom portion of this notice. Failure to provide a complete response may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) •3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. Questions relative to this market survey should be addressed via email to Ms. Brigette Shepherd, AFLCMC/PZIOA, at brigette.shepherd-colter@us.af.mil. PROGRAM DESCRIPTION and SALIENT CHARACTERISTICS REQUIREMENTS: This requirement is for the delivery and installation of sixty (60) LED TVS at Wright-Patterson AFB, Ohio. The LED TVs must be capable of the following salient characteristics: •1. Must be 32"LED TVs •2. Install sixty (60) new hospital grade receptacles 3. Install 64 LV rings adjacent to receptacles 4. KAS TV to furnish and install coax and control cable to headwall/pillow control 5. KAS TV to make all low voltage connections, including nurse call connection at headwall/ Pillow control 6. Speakers furnished (sound com) and infrastructure for nurse call in four (4) locations (double bed rooms) for KAS to connect TV controller/pillow controller 7. Provide TV brackets and associated equipment 8. Provide GVS Warranty CONTRACTOR CAPABILITY SURVEY: Part I. Business Information: Please provide the following business information for your firm: •§ Company/Institute Name: •§ Address: •§ Point of Contact: •§ CAGE Code: •§ Phone Number: •§ Email Address: •§ Web Page URL: Based on North American Industry Classification System (NAICS) code: 334310, 750 employees, please circle Yes or No whether your company is: •§ Small Business (Yes / No) •§ Small Disadvantaged Business (Yes / No) •§ 8(a) Certified (Yes / No) •§ HUBZone Certified (Yes / No) •§ Veteran-Owned Small Business (Yes / No) •§ Service-Disabled Veteran-Owned Small Business (Yes / No) •§ Women-Owned (WO) (Yes / No) •§ Economically Disadvantaged Women-Owned Small Business (Yes / No) •§ Please provide a statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). •§ Indicate if you are the manufacturer or provide the name and size of the manufacturer of the product(s) you will be supplying. •§ Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. The Air Force will handle proprietary items in accordance with FAR 2.101 and 3.104. •§ Please provide information about the firm's standard warranty. •§ Please provide recent sales history to commercial companies in order to determine commerciality. •§ Please provide a statement to acceptability of the following proposed provisions and clauses, as they are determined to be consistent with customary commercial practice. The Government anticipates utilizing the following non-commercial provisions/clauses in a resultant solicitation: FAR 52.203-3, Gratuities FAR 52.204-4, Printed or Copied Double Sided on Recycled Paper FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.228-5, Insurance - Work on a Government Installation FAR 52.229-3, Federal, State, and Local Taxes FAR 52.233-2, Service Protest FAR 52.242-13, Bankruptcy FAR 52.247-34, F.O.B. Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-5, Authorized Deviations in Provisions FAR 52.252-6, Authorized Deviations in Clause DFARS 252-209-7002, Disclosure of Ownership or Control by a Foreign Government DFARS 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country DFARS 252.225-7002, Qualifying Country Sources as Subcontractors AFFARS 5352.201-9101, Ombudsman AFFARS 5352.223-9001, Health and Safety on Government Installation Attention: Small business respondents who are interested in submitting a proposal as the prime contractor for this effort: No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of providing at least 50% of the entire scope of the 32" LED TVs, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. The clause reads, in part, as follows: "Limitations on Subcontracting (Dec 1996)... (b) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction). At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern... ". Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Attention All potential respondents : The acquisition strategy for this program has not been finalized. If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement. Please provide feedback on the requirement and what areas are likely candidates for SB subcontracting. Part II. Capability Survey Questions: •1. Name of Country where the item is manufactured. •2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract number and date, a brief description, agency/organization supported, and point of contact name and telephone number. •3. Are there established market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. •4. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. RESPONSE FORMAT INSTRUCTIONS: Be advised that all correspondence sent via e-mail shall contain a subject line that reads "Hospital TVs". If this subject line is not included, the e-mail may not get through e-mail filters at Wright-Patterson AFB. Filters are designed to delete emails without subject lines or with suspicious subject lines or contents. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc, or.xls documents are attached to email. Responses are limited to ten (10) pages and may be submitted electronically to the following email address: brigette.shepherd-colter@us.af.mil RESPONSE DUE DATE: Responses are due no later than 3:00 pm, EST. Thursday, Aug 6 th 2015 and should be sent to: brigette.shepherd-colter@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-15-T-0201/listing.html)
- Place of Performance
- Address: WPAFB, Medical Materiel, Building 830, Area A, 4881 Sugar Maple Drive, WPAFB, Ohio 45433-5529, United States
- Zip Code: 45433-5529
- Zip Code: 45433-5529
- Record
- SN03802996-W 20150722/150720235042-163cbd388c6a42845d108db6d957245f (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 |