Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
SOLICITATION NOTICE

D -- Video Wall Maintenance

Notice Date
9/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
N63285 Naval Criminal Investigative Service Russell Knox Bldg 27130 Telegraph Rd Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
N6328515R1582
 
Response Due
9/22/2015
 
Archive Date
10/7/2015
 
Point of Contact
Jessica Portillo 571-305-9288
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as applicable, and 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. Solicitation number N6328515R1582 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 dated September 3, 2015 and DFARS Change Notice 20150826. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation) can be accessed via the Internet at http://farsite.hill.af.mil/vffara.htm (FAR) and http://farsite.hill.af.mil/vfdfara.htm (DFAR). This acquisition will be processed under Simplified Acquisition Procedures (SAP). All responsible sources may submit an offer that will be considered by this agency. The North American Industrial Classification System Code is 541513 and the small business size standard is $27.5. This acquisition is set-aside 100% for small businesses. FOB Destination to Quantico, VA. The Naval Criminal Investigative Services (NCIS) has a requirement for Video Wall Maintenance. CLIN0001 Christie Digital On Site Service Qty 2U/I: EA CLIN0002 Lamp, Christie (200W)Qty 8 U/I: EA CLIN0003 Hardware, parts and materialsQty 1 U/I: LOT CLIN0004 Visual Systems Field Engineer IQty 220U/I: HR CLIN0005 Visual Systems Field Engineer IIQty 32U/I: HR CLIN0006 Project ManagerQty 52 U/I: HR CLIN0007 AV Technician IIQty 123 U/I: HR CLIN0008 AV Technician IIIQty 24U/I: HR For further specifications see the attached Statement of Work (SOW). The Government will award a fixed price purchase order contract resulting from this solicitation to the responsible vendor whose quotation conforming to the solicitation will be on a Lowest Price Technically Acceptable offer in accordance with 52.212-2 -- Evaluation -- Commercial Items. The following FAR Clauses/Provisions apply: 52.204-2, Security Requirements. 52.204-7, System for Award Management. 52.204-9, Personal Identity Verification of Contractor Personnel. 52.204-13, System for Award Management Maintenance. 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--Representation. 52.211-6, Brand Name or Equal. 52.212-1, Instructions to Offerors-Commercial Items. 52.212-3, Offeror Representations and Certifications-Commercial Items. 52.212-4 Contract Terms and Conditions-Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (incorporating 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations. 52.222-50 Combating Trafficking in Persons. 52.233-3, Protest After Award. 52.233-4, Applicable Law for Breach of Contract Claim.52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-6, Notice of Total Small Business Set-Aside. 52.219-28, Post-Award Small Business Program Representation. 52.222-3, Convict Labor. 52.222-19, Child Labor-Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Handicapped Workers. 52.223-15, Energy Efficiency in Energy-Consuming Products. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.225-13, Restriction on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management.). 52.222-41, Service Contract Labor Standards. 52.222-42, Statement of Equivalent Rates for Federal Hires. 52.222-55, Minimum Wages Under Executive Order 13658. 52.232-39, Unenforceability of Unauthorized Obligations. 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. 52.237-1, Site Visit. 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. 52.247-34, F.o.b. “ Destination. 52.252-1, Solicitation Provisions Incorporated by Reference. 52.252-2, Clauses Incorporated by Reference. Quoters responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications-Commercial Items with their quote. The following DFAR Clauses/Provisions apply: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 252.204-7003 Control of Government Personnel Work Product. 252.204-7004, Alternate A, System for Award Management. 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. 252.204-7011 Alternative Line Item Structure. 252.204-7012 Safeguarding of Unclassified Controlled Technical Information. 252.204-7015 Disclosure of Information to Litigation Support Contractors. 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials. 252.223-7008 Prohibition of Hexavalent Chromium. 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. 252.239-7017, Notice of Supply Chain Risk. 252.239-7018 Supply Chain Risk. 252.244-7000 Subcontracts for Commercial Items. 252.247-7023 Transportation of Supplies by Sea. In order to be considered for an award, an offeror must have completed electronic annual representations and certifications at SAM accessed via https://www.acquisition.gov in accordance with FAR 4.1201(a). The quoter should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the System for Award Management to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with SAM, visit www.sam.gov. Any questions concerning this solicitation shall be submitted to the contracting office via email to Jessica Portillo, no later than 1200 EST September 21, 2015. Contracting officer shall gather all questions from prospective vendors. Contracting officer will reply via email with answers by solicitation closing date. Solicitation shall be extended if additional time is needed for submission of quotes by interested parties. Although not required, interested parties may submit a sample of their product for evaluation by the government. A FedEx account number is required for vendors requesting return of sample product. The government will not be held responsible for the return of any sample not submitted with a FedEx account. If a change occurs in this requirement, only those quoters that respond to this announcement within the required time frame will be provided any changes/amendments and considered for award. A quotation for this request shall be submitted via email to jessica.portillo.ctr@navy.mil. Emailed quotes and the above required information must be received at this office on or before 22 September 2015, at 4:00 p.m. Eastern Standard Time. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/91bcef1b1bf9527068cce529b2cec168)
 
Record
SN03890737-W 20150919/150917235325-91bcef1b1bf9527068cce529b2cec168 (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.