Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
MODIFICATION

70 -- Interactive Exhibits for Hoover Dam

Notice Date
2/11/2016
 
Notice Type
Modification/Amendment
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Bureau of Reclamation Lower Colorado Region Regional Office 500 Fir Street Boulder City NV 89005 US
 
ZIP Code
00000
 
Solicitation Number
R16PS00087
 
Response Due
2/22/2016
 
Archive Date
3/8/2016
 
Point of Contact
Schilke, Jennalyn
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation No. R16PS00087 Interactive Exhibits for Hoover Dam Amendment 0003, Dated 02/11/2016 - The purpose of this amendment is to provide the site visit attendee list and extend the offer due date to Monday, February 22, 2016. Amendment 0002, Dated 02/05/2016 - The purpose of this amendment is to provide 1) an updated the statement of work with associated documents and references (Attachments A-Q), 2) information for a site visit on February 9, 2016, and 3) replacement pages E-7 & E-8 of the solicitation. Amendment 0001, Dated 02/02/2016 - The purpose of this amendment is to revise the Table of Contents, replace Part C of the solicitation, replace pages E-7 and E-8 of the solicitation, and to extend the offer due date to Wednesday, February 10, 2016. (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; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation, R16PS00087, is being issued as a request for proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-85. (iv) This requirement is a total small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is: 344118 - Computer Terminal and Other Computer Peripheral Equipment Manufacturing. The small business size standard for NAICS Code 344118 is 1,000 employees. (v) Line items 1 through 41: 1 Lump Sum, Interactive Exhibits. The Statement of Work (SOW) provides more detailed information about the requirement and is attached to the RFQ. Attachment B of the SOW shows lines 1 - 41, under the Anticipated Schedule. (vi) The Bureau of Reclamation has a requirement for a contractor to supply interactive exhibits to Hoover Dam, NV. Please see the SOW attachment for more detailed information about the requirement. (vii) The estimated performance period is from February 16, 2016 through February 2019. All items shall be delivered to Hoover Dam, Boulder City, NV 89005. The following clauses and provisions are applicable to this commercial item acquisition: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items (ix) FAR provision 52.212-2, Evaluation The Government intends to 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: 1. Experience 2. Technical Approach - Products (A. Monitors, B. Cases/Tables, C. ABAAS Accessibility) 3. Past Performance; and 4. Price Factors 1 through 4 are listed in descending order of importance. Within Factor 2, Subfactor A is more significant than B and C. Subfactors B and C are of equal importance. Factors 1, 2, and 3, when combined are significantly more important than Factor 4. (x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items Offerors are advised include with their offer, a completed copy of the provision 52.212-03, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following additional FAR clauses cited in this clause are applicable to the acquisition: 52.203-06, Restrictions on Subcontractor Sales to the Government 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-06, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-06, Notice of Total Small Business Aside 52.219-08, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Small Business Program Rerepresentation 52.222-03, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.223-15, Energy Efficiency in Energy-Consuming Products 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-05, Trade Agreements 52-225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--System for Award Management 52.239-01, Privacy or Security Safeguards (xiii) Additional contract requirements include the following clauses and provisions: 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) 52.204-07, System for Award Management 52.204-13, Central Contractor Registration Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.209-07, Information Regarding Responsibility Matters 52.209-09, Updates of Publically Available Information Regarding Responsibility Matters 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification 52.232-18, Availability of Funds 52.232-40, Providing Accelerated Payment to Small Business Subcontractors 52.239-01, Privacy or Security Safeguards 52.242-15, Stop-Work Order 52.252-01, Solicitation Provisions Incorporated by Reference 52.252-02, Clauses Incorporated by Reference 52.252-06, Authorized Deviations in Clauses 1452.204-70, Release of Claims -- Department of the Interior 1452.215-71, Use and Disclosure of Proposal Information -- Department of the Interior 1452.215-81, General Proposal Instructions -- Bureau of Reclamation 1452.215-82, Technical Proposal Instructions -- Bureau of Reclamation 1452.215-83, Pricing Proposal Instructions -- Bureau of Reclamation 1452.222-80, Notice of Applicability--Cooperation with Authorities and Remedies - Child Labor -- Bureau of Reclamation 1452.223-81, Safety and Health -- Bureau of Reclamation 1452.225-82, Notice of World Trade Organization Government Procurement Agreement Evaluations -- Bureau of Reclamation 1452.232-80, Limitation of Funds (Fixed-Price Contract) -- Bureau of Reclamation 1452.237-80 A2, Security Requirements -- Bureau of Reclamation, Alternate II 1452.242-80, Postaward Conference -- Bureau of Reclamation Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) (xiv) Not Applicable (xv) All questions shall be submitted via email to jschilke@usbr.gov no later than Wednesday, February 10, 2016, by close of business. Offers are due Monday, February 22, 2016 by 4:00 P.M., local time. Responsible offerors are requested to submit a proposal for this requirement. Offers shall be submitted to Bureau of Reclamation, P.O. Box 61470 (LC-10207), Boulder City, NV 89006-1470. If sending by express mail, use the physical mailing address as follows: 500 Date Street, Building 900, (Attention: Jennalyn Schilke, Building 1400/201-G), Boulder City, NV 89005. Facsimile and emailed electronic submissions are not authorized. See Part E, paragraph d.(b), of the solicitation for information on the required number and type of proposal volumes. (xvi) The Point of Contact for this solicitation is Ms. Jennalyn Schilke. She may be reached via e-mail at jschilke@usbr.gov, or by phone at 702-293-8030. A site visit will be held on Tuesday, February 9, 2016, at 9:00 A.M, PST. Please contact Ms. Jennalyn Schilke via e-mail at JSchilke@usbr.gov, prior to the day of the site visit, if you plan to attend. All attendees shall meet at the winged figure statues, on the Nevada side of Hoover Dam. It is strongly encouraged that any prospective offerors attend the site visit. Parking is available, for a fee, in the parking garage and several other lots around the dam. Free parking is available further away on the Arizona side of the dam. Please allow at least 15 minutes of walking time to get to the meeting location.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bd92c373a5017348c8407d0d251626a8)
 
Record
SN04017544-W 20160213/160211234201-bd92c373a5017348c8407d0d251626a8 (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  © 1994-2020, Loren Data Corp.