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

70 -- Conference Room A/V Update - Attachment 2 Product List - Attachment 3 Room Layout - Attachment 1 SOW

Notice Date
9/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-DE-2015-267-KEW
 
Archive Date
10/6/2015
 
Point of Contact
Kyle Wisor, Phone: 3014023670, Rashida Ferebee,
 
E-Mail Address
Kyle.Wisor@nih.gov, rashida.ferebee@nih.gov
(Kyle.Wisor@nih.gov, rashida.ferebee@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW Room Layout Product List (1) Action Code: Combined Synopsis/Solicitation (2) Date: September 17th, 2015 (3) Year: 2015 (4) Contracting Office Zip Code: 20892 (5) Classification Code: 70 General Purpose IT Equipment (6) Contracting Office Address: 6701 Rockledge Drive Rockledge II Bethesda, MD 20892 (7) Subject/Title: Conference Room A/V Update (8) Proposed Solicitation Number: NHLBI-CSB-DE-2015-267-KEW (9) Closing Response Date: September 21st, 2015 (10) Contact Point: Kyle Wisor, Contract Specialist (11) Contract Award and Solicitation Number: TBD (12) Contract Award Dollar Amount: UKN (13) Contract Line Item Number(s): UKN (14) Contractor Award Date: September 30th, 2015 (15) Contractor Name: TBD (16) Description: The National Institutes of Health (NIH) is the nation's medical research agency-making important discoveries that improve health and save lives. The mission of the National Institute of Dental and Craniofacial Research (NIDCR) is to improve dental, oral, and craniofacial health through research, research training, and the dissemination of health information. The NIDCR maintains a single conference room on the second floor in the C wing of building 31 on the NIH campus. This conference room is heavily used by NIDCR senior management, scientific staff, and many other Institute staff members. In 2008 the conference room was provisioned with robust audio visual capabilities. However, since this time several of the core components have fallen into disrepair. Additionally, several core components have proven to be lacking in capability or have proven to be unreliable, creating interference with important collaborative efforts. NIDCR is seeking to update this rooms audio visual capabilities. The updated specification will provide HD video, greatly improved microphone pickup capabilities, simplify and improve the reliability of several key components, and simplify the room's function. (i) "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; quotes are being requested and a written solicitation will not be issued." (ii) The solicitation number is NHLBI-CSB-DE-2015-267-KEW and the solicitation is issued as a request for quote (RFQ). (iii) The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 03 SEP 2015. (iv) The associated NAICS code is 423410, COMPUTER AND COMPUTER PERIPHERAL EQUIPMENT AND SOFTWARE MERCHANT WHOLESALERS, and the small business size standard is 500 Employees. The acquisition is being conducted in accordance with the procedures of FAR Part 12, FAR Part 13, and FAR Part 15. (v) The Contractor Requirements are listed below: (vi) The Contractor Shall Provide: See Attached Statement of Work: Attachment 1 SOW See Attached Product List: Attachment 2 Product List See Attached Room Layout: Attachment 3 Room Layout (vii) Period of Performance: September 30th, 2015 - February 1st, 2015 Place of Performance: National Institute of Health, NIDCR 31 Center Drive Building 31, Room 2C19 Bethesda, MD 20892 (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, is applicable. 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: Best Value: Trade Off -- Contract award shall be made to the responsible Offeror whose offer, in conforming to this RFQ, provides the overall best value to the Government, technical, personnel, past performance, and cost evaluation factors considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Technical, Personnel, and Past Performance evaluation factors are more important than cost. Total points: 100 1. Technical Evaluation factors (30 points) a. The equipment provided meets the requirements as stated in the SOW b. Must be able to attend a mandatory pre-bid site visit to see the current jobsite conditions. This meeting will be scheduled in advance with the Government's Representative. c. Have as his/her primary business the installation of audio or video systems. d. Have at least five years of experience with the specified equipment and systems. e. Have experience with at least one project of similar size and complexity as outlined in these specifications. f. Have experience with rigging and tuning large scale fixed speaker clusters similar to that specified with installation of similar cluster within last two years. g. Be a franchised dealer and service facility for the products furnished. h. Maintain a fully staffed installation crew and service crew for maintenance and installation of the specified systems. i. Must have a dedicated VTC at your office. Provide the IP or ISDN # for verification. j. AV System must be approved by the Government's Representative, Architect and Room Design Team. 2. Personnel Evaluation Factors (25 points) a. Lead installer must have a CTS-I certification. b. Use a Lead Installer that has factory trained DSP and digital format classes for equipment specified in this specification. c. Demonstrate that he/she has adequate staff with the appropriate technical expertise and experience for this project. 3. Past Performance (25 points) a. Provide customer surveys or other applicable past performance questionnaires demonstrating work performed relating to the required tasks and services. A list of Purchase Orders and or Contracts providing for services over the past three (3) years may be provided if no applicable surveys or questionnaires are obtainable. If no past performance documents are provided the Contract Officer will base the past performance score on the contracting officer's knowledge of and previous experience with the supply or service being acquired. 4. Price (20 points) a. Discount provided off of standard list price for equipment on the product list (x) FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is applicable. 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. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. (xi) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Including the following clauses and Prohibitions: i. 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations ii. 15.403-1, Prohibition on obtaining certified cost or pricing data iii. 52.219-6, Notice of Total Small Business Aside iv. 52.219-28, Post Award Small Business Program Representation v. 52.222-3, Convict Labor vi. 52.222-19, Child Labor--Cooperation with Authorities and Remedies vii. 52.222-21, Prohibition of Segregated Facilities viii. 52.222-26, Equal Opportunity ix. 52.222-36, Equal Opportunity for Workers with Disabilities x. 52.222-50 Combating Trafficking in Persons xi. 52.225-13, Restrictions on Certain Foreign Purchases xii. 52.232-33, Payment by Electronic Funds Transfer-System for Award Management xiii. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) xiv. 52.244-6, Subcontracts for Commercial Items xv. 52.2232-39, Unenforceability of Unauthorized Obligations xvi. 52.217-8, Option to Extend Services (xiii) Additional Contract Requirements: None (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable. (xv) All responses must be received by September 21st, 2015 at 9:00 AM and must reference number NHLBI-CSB-DE-2015-267-KEW. Responses may be submitted electronically to Kyle.Wisor@nih.gov or by U.S. mail to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch, 6701 Rockledge Drive, Suite 6150B, Bethesda, MD 20892-7902, Attention: Kyle Wisor. Phone: 301-402-3670; Fax responses will not be accepted
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-DE-2015-267-KEW/listing.html)
 
Place of Performance
Address: National Institute of Health, NIDCR, 31 Center Drive, Building 31, Room 2C19, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03891512-W 20150919/150918000003-0895a73f6878d45fd6f9c2bdaad8adc0 (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.