Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2016 FBO #5277
SOLICITATION NOTICE

59 -- AUDIO VISUAL SYSTEM UPGRADE - Performance Work Statement

Notice Date
5/3/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th Contracting Squadron, 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
F1D0165352AW01
 
Archive Date
6/7/2016
 
Point of Contact
Craig L. McClain, Phone: 2406125660, Julia A. Johnson, Phone: 2406125652
 
E-Mail Address
craig.l.mcclain.civ@mail.mil, Julia.A.Johnson6.civ@mail.mil
(craig.l.mcclain.civ@mail.mil, Julia.A.Johnson6.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Performance Work Statement Audio Visual System Upgrade 1. Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. Solicitation number F1D0165352AW01 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87. All responsible sources may submit an offer to be considered by the agency. 2. Acquisition Details This requirement is a Competitive Section 8(a) set-aside. "This is a brand name or equal requirement"; any item with the same salient physical, functional, and performance characteristics of the brand name item will be accepted. If providing an equivalent item, interested parties must submit clear and convincing documentation that the submitted model is, in fact, an equal item. An item will be deemed an equal item if it has all the characteristics listed under CLIN 0001 below. For further details on evaluation procedures, refer to FAR clause 52.212-2 "Evaluation - Commercial Items" located below in this solicitation. The North American Industry Classification System (NAICS) code is 334310 (" Audio and Video Equipment Manufacturing "), and the business size standard is 750 Employees. 3. The Government will award a firm fixed price contract for the Audio Visual System Upgrade for the 11th Wing Legal Office at Joint Base Andrews. The following items are being procured: Minimum Salient Characteristics: CLIN Description Quantity Unit Price Total Price 0001 Restore current technology system to full functionality with the minimal amount of updating necessary and provide basic training for equipment use. 1 EA 4. Delivery Information FOB: Destination Delivery date: 2 weeks after date of contract. Delivery address: 20 MacDill Blvd Bldg P20; Room 349 Joint Base Anacostia-Bolling, Washington D.C. 20032 Contractor must provide an affirmative statement of their ability to meet the delivery requirement of 2 weeks after date of contract. 5. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/. The following provisions are applicable: 52.211-6 - Brand Name or Equal (Aug 1999) 52.212-1 - Instructions to Offerors - Commercial (Oct 2015) 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ' Lowest Price Technically Acceptable ' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. To be acceptable, the offer must meet the salient characteristics and conform to the specifications described herein. The government may communicate with an offeror in order to clarify or verify information submitted in their offer. 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998) The following clauses are applicable: 52.204-7 - System for Award Management Registration Deviation (Jul 2013) 52.204-19 - Incorporation by Reference of Representations and Certifications (Dec 2014) 52.211-17 - Delivery of Excess Quantities (Sep 1989) 52.212-4 - Contract Terms and Conditions - Commercial Items (May 2015) 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2016) Alternate I (DEVIATION) (Mar 2016) 52.219-18 - Notification of Competition Limited to Eligible 8(a) Concerns (Jun 2003) 52.219-28 - Post-Award Small Business Program Representation (Jul 2013) 52.222-3 - Convict Labor (Jun 2003) 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Feb 2016) 52.222-21 - Prohibition of Segregated Facilities (Apr 2015) 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-50 - Combating Trafficking in Persons (Mar 2015) 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997) 52.223-6 - Drug-Free Workplace (May 2001) 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-39 - Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 - Disputes (May 2014) 52.233-3 - Protest After Award (Aug 1996) 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) 52.252-2 - Clauses Incorporated by Reference (Feb 1998) 52.252-6 - Authorized Deviations in Clauses (Apr 1984) 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.204-7003 - Control of Government Personnel Work Product (Apr 1992) 252.204-7004 - Alternate A, System for Award Management (Feb 2014) 252.204-7012 - Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015) 252.204-7015 - Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.223-7004 - Drug-Free Work Force (September 1988) 252.225-7048 - Export-Controlled Items (Jun 2013) 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (June 2012) 252.232-7006 - Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 - Levies on Contract Payments (Dec 2006) 5352.201-9101 - Ombudsman (Nov 2015) 6. Contracting Office Address 11 th Contracting Squadron 1349 Lutman Drive Joint Base Andrews MD 20762 7. Quotes All quotes must be sent via e-mail to Craig McClain at craig.l.mcclain.civ@mail.mil. Quotes shall be submitted no later than 12:00 PM EST, 23 May 2016. Late replies to the Combined Synopsis/Solicitation will be processed in accordance with FAR 52.212-1(f), "Late submission: modifications, revisions and withdrawals of offers." There will be a SITE VISIT to review the Audio Visual System Upgrade at 10:00 AM EST, 12 May 2016. 20 MacDill Blvd Bldg P20; Room 349 Joint Base Anacostia-Bolling, Washington D.C. 20032 Interested Contractors must RSVP NLT than 12:00 PM EST, 09 May 2016 to have access to the SITE VISIT and be escorted on Joint Base Anacostia-Bolling. All RSVPs must be sent via e-mail to Craig McClain at craig.l.mcclain.civ@mail.mil for further instructions. Questions after sight visit shall be submitted no later than 12:00 PM EST, 16 May 2016, the answers to which will be posted in an addendum to the Combined Synopsis/Solicitation on 12:00 PM EST, 18 May 2016. The government reserves the right to cancel this solicitation, either before or after the closing date for receipt of quotes. In the event the government cancels this solicitation the government has no obligation to reimburse an offeror for any costs incurred in preparation of their quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D0165352AW01/listing.html)
 
Place of Performance
Address: 20 MacDill Blvd, Bldg P20; Room 349, Joint Base Anacostia-Bolling, Washington D.C. 20032, Joint Base Anacostia-Bolling, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN04104104-W 20160505/160503235205-f91b84b8a9c2c3d27d129940454f7e1c (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.