SOLICITATION NOTICE
70 -- NIH Clinical Center Wolff Conference Center Audio Video Telepresence Upgrade - Statement of Work - RFQ Addendum
- Notice Date
- 6/24/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- RFQ-RML-C-1791792
- Archive Date
- 7/23/2016
- Point of Contact
- Tamara K. McDermott, Phone: 406-375-7487
- E-Mail Address
-
tamara.mcdermott@nih.gov
(tamara.mcdermott@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Provisions and Clauses - Full Text Section 508 GPAT - Video Teleconferencing JOFOC - Brand Name Attachment 4 - Legrand Poke thru Attachment 3 - Drawing AV Conduit Locations Attachment 2 - Drawing Blg 10 FWing Floor 11 Attachment 1 - Bill of Materials Statement of Work Description: I. OVERVIEW: This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," 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 document will not be issued. Submit offers on RFQ-RML-C-1791792. This solicitation is a request for quotes (RFQ).The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88 effective June 15, 2016. The associated North American Industry Classification System (NAICS) code for this procurement is 334310 Audio and Video Equipment Manufacturing with a small business size standard of 750 employees. This acquisition will be processed under Simplified Acquisition Procedures, FAR Part 13, and is not a total small business set aside. It is anticipated that one firm fixed price contract will be awarded. II. STATEMENT OF NEED: The National Institute of Allergy and Infectious Diseases (NIAID) seeks to upgrade and renovate The Wolff Conference Center for video teleconferencing located at the National Institutes of Health (NIH) Clinical Center in Bethesda, Maryland. NIAID requires immediate assistance with providing and installing a complete and operational Audiovisual System(s) that works in conjunction with Microsoft Lync as outlined in the Statement of Work (SOW) included in this solicitation package. A list of the requested products is provided in the attached Bill of Materials (BOM). Items designated "no substitutions" will be Brand Name specified items only. Competition is restricted to offerors that are authorized resellers to provide the requested brand name products. A brand name justification is attached. III. PERIOD OF PERFORMANCE: Estimated July 13, 2016 - September 22, 2016. IV. DELIVERY: FOB Point shall be Destination, Bethesda, Maryland. Delivery location is: 10 Center Drive, Building 10 B2 Loading Dock, Bethesda, Maryland 20892. V. INSTRUCTIONS: All interested vendors shall provide a quote for the requirement as outlined in the SOW and BOM. The Government may evaluate only those quotes that fully meet the requirements as outlined in the SOW and BOM and respond to the instructions and requirements below. Offerors are required to submit both a technical quote (Volume 1) and a price quote (Volume 2) to Government officials for the purposes of assuring that the prospective Contractor is fully cognizant of the scope of this contract and has the capability to complete all requirements. Failure to furnish a full and complete quote as instructed may result in the Offeror's response being considered non-responsive and will therefore be eliminated from further consideration and award. 1. Volume 1 - Technical Quote: No cost/price information is to be included in this volume. Offerors shall provide sufficient technical documentation to allow for thorough evaluation of their quote. Volume 1 shall not exceed 35 pages (excluding Cover page, Table of Contents, Appendices, and Resumes). This volume shall include but is not limited to the following: a. Experience in the provision of systems similar in complexity: Documentation demonstrating all criteria listed in SOW Section 1.6 B. b. Personnel Qualifications: Resumes of all proposed key personnel. The page count for each resume shall not exceed three (3) pages and must document certifications, education/training, and experience. c. Certifications: Documentation and evidence showing the Prime Contractor is the holder of all applicable certifications. d. Past Performance: Provide a list of three references with locations, names of contacts, contact phone information, brief system descriptions, and dollar amounts for each reference. References shall be for projects performed as the Prime Contractor. Reference shall be no more than five years old and be of similar size, type and complexity as set forth. Offeror may provide information on problems encountered on the contract(s) and corrective actions taken to resolve those problems - shall not exceed three pages in length. 2. Volume 2 - Price Quote: Your price quote shall be a separate volume from your technical quote. The price quote is to be submitted as a Firm Fixed Price (FFP) quote. Price quotes shall include the following: a. Proposed pricing for the equipment and services as described in the SOW and BOM. b. As applicable, each quote shall include separate lines for labor, professional services, and equipment. c. Provide a detailed equipment list in Microsoft Excel format showing Item Number, Item Description, Manufacturer, Part Number, Quantity, and Price. Quote must be submitted via email to the Contract Specialist, Tamara McDermott, at tamara.mcdermott@nih.gov on or before July 8, 2016 5:00 pm EST. All or part of the successful offeror's quote may be incorporated in any contract resulting from this solicitation. The successful offeror's quote may be incorporated by reference. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) https://www.sam.gov/portal/public/SAM/ (Previously CCR at www.ccr.gov) prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. [Note: Lack of registration in the SAM will make an offeror ineligible for award]. VII. SECTION 508: Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for the following program need: "Video Teleconferencing System." Technical standards from 36 CFR part 1194 Subpart B have been determined to apply to this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those technical provisions identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Functional performance criteria from 36 CFR part 1194 Subpart C have been determined to apply to this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those functional performance criteria identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Information, documentation, and support requirements from 36 CFR part 1194 Subpart D have been determined to apply to this acquisition. Solicitation respondents must describe how the information, documentation, and support proposed for Electronic and Information Technology (EIT) deliverables meet at least those information, documentation, and support requirements identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). VIII. EVALUATION: NIAID will evaluate all quotes to determine the best value to the government. NIAID will make a Best Value Determination based on the capability of each offeror's quote to meet the tasks and requirements outlined in the Statement of Work, brand name technical specifications, past performance, providing the proposed products/service in a timely manner, and reasonable price. Technical specifications include: SOW, BOM, key personnel, corporate experience, certifications, Section 508 documentation, and warranty. The Government's objective is to obtain the highest technical quality necessary to achieve the project objectives, with a realistic and reasonable cost. Technical and past performance non-price factors are considered equal and are more important than price. In the event quotes are evaluated as technically equal in quality, price or cost will become a major consideration in selecting the successful Offeror. IX. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussions should it be deemed in the Government's best interest. X. QUESTIONS If you have questions regarding this requirement, please submit your inquires immediately, but no later than June 30, 2015 3:00 pm EST, via email to the Contract Specialist, Tamara McDermott at tamara.mcdermott@nih.gov. The Government will issue an amendment to the RFQ responding to all questions, if needed. XII. PROVISIONS, CLAUSES & OTHER Offerors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. The following Federal Acquisition Regulations (FAR) provisions and clauses are incorporated by reference and full text versions may be accessed electronically at: https://www.acquisition.gov/far/. FAR 52.212-1 Instruction to Offerors - Commercial Items (Oct 2015) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (May 2015) FAR 52.217-5 Evaluation of Options (July 1990) FAR 52.217-8 Option to Extend Services (Nov 1999) FAR 52.227-14 Rights in Data - General (May 2014) FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) The following additional Health and Human Services Acquisition Regulations (HHSAR) provisions and clauses are applicable to this requirement: HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) HHSAR 352.237-75 Key Personnel (December 18, 2015) HHSAR 352.239-73 Electronic and Information Technology Accessibility Notice (December 18, 2015) Copies of the above-referenced clauses are available from http://www.hhs.gov/policies/hhsar/ or upon request, either by telephone or fax. The following additional HHSAR and FAR provisions and clauses are applicable to this requirement and provided in full text as an attachment: HHSAR 352.239-74 Electronic and Information Technology Accessibility (December 18, 2015) FAR 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Feb 2015 and DEVIATION 2015-02) FAR 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Feb 2015 and DEVIATION 2015-02) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2016)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ-RML-C-1791792/listing.html)
- Place of Performance
- Address: 10 Center Drive, Building 10, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04161621-W 20160626/160624234633-b09979231e7764f7af00a47cd14c7fee (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 |