Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2016 FBO #5405
SOLICITATION NOTICE

70 -- AV UPGRADE FOR WJPC - PWS

Notice Date
9/8/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Security Cooperation Agency, Directorate of Business Operations (DBO), 201 12th Street South, Arlington, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
HQ0013-16-Q-0082
 
Archive Date
10/4/2016
 
Point of Contact
Woodrow W. Bell, Phone: 7036021464
 
E-Mail Address
woodrow.w.bell.civ@mail.mil
(woodrow.w.bell.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PWS Solicitation Number: HQ0013-16-Q-0082 Notice Type: Combined Synopsis/Solicitation (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 document, HQ0013-16-Q-0082, is issued as a Request for Quote (RFQ). (iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. It is the responsibility of the offeror to review the web page for notice of amendments, updates or changes to the solicitation. (iv)This solicitation is issued under FAR Part 13-Simplified Acquisition Procedures. This requirement is to provide equipment, assembly, installation, integration, testing/acceptance, and demonstration of use for an Audio Visual (AV) system for the William J. Perry Center for Hemispheric Defense Studies (WJPC) - Defense Security Cooperation Agency (DSCA) at the National Defense University (NDU), Abraham Lincoln Hall (ALH) building facilities. The period of performance begins on date of award (Estimated to be 23 September 2016) through 31 December 2016. The North American Classification System (NAICS) code is 334310, size standard is 750 employees. Award of this requirement will be in accordance with Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures. (v) This requirement is to provide equipment, assembly, installation, integration, testing/acceptance, and demonstration of use for an Audio Visual (AV) system for the William J. Perry Center for Hemispheric Defense Studies (WJPC) - Defense Security Cooperation Agency (DSCA) at the National Defense University (NDU), Abraham Lincoln Hall (ALH) building facilities. (vi) The Contractor shall redesign the current system in support of the digital upgrade and install the upgraded system in accordance with the NDU Chief Information Officer (CIO) and AV systems standard, and must fully integrate with NDU AV systems to manage and control the Próceres (3212/3210) lecture room, located on the third floor of the Abraham Lincoln Hall building at the NDU campus in Fort McNair. All items are to be supplied, configured and installed by the contractor. (vii) The AV digital upgrade should allow for full audiovisual integration and operation to support current functionalities provided by the existing WJPC-NDU system; inputs/ outputs for TEK panels, video streaming, wireless microphones, AV panel control programming integration to main system control and installation. There is also the need for video and audio HD streaming capability in Próceres and Americas. (viii) The requirement shall be Firm Fixed Price (FFP). (ix) Requirements as follows: EXAMPLE FORMAT WITH EXAMPLE ENTRY CLIN #/ Item Description / Quantity/ Unit of Issue/ Unit Price/ Total Price 0001 Digital mixing system 1 Each 0002 Each 0003 ach (x) Since offerors will be proposing their solution to best meet the government's needs, the description of items is left blank. However offerors are instructed to follow the format above. Offerors shall expand the table as necessary to address all equipment and labor it shall be providing. (xi) All prices MUST include all applicable fees, gratuities, and service charges. THE FEDERAL GOVERNMENT IS TAX EXEMPT. (xii) Location of Delivery: The equipment will be delivered to the following address: Abraham Lincoln Hall, 260 5th Avenue, Building 64, 3rd floor, Fort McNair, DC 20319. The point of contact for the delivery is the Contracting Officer Representative (COR), Ms. Linda Denning, phone 202-685-2248 DenningL@ndu.edu or the Chief Information Officer (CIO), Mr. Raul Neine, phone 202-685-4667 NeineR@ndu.edu. (xiii) Provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xiv) Provision at FAR 52.252-2, Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xv) Provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (xvi) Instructions to Offerors a. Offerors shall read the documents of the RFQ completely. b. Offerors shall submit their proposal in 3 Parts 1. Part I: Technical Capability 2. Part II: Past Performance 3. Part III: Price c. Part I shall include: 1. Offeror shall submit an approach for that clearly demonstrates the offeror takes into account NDU CIO and AV systems standard. b. Offeror's approach shall address all tasks at Sections 4.1, 4.2 and 12 of the attached Performance Work Statement (PWS). Where applicable, the offerors shall include schedule for accomplishing the tasks. c. Offeror shall include a list and description of equipment to be installed and hours of labor if itemizing separately. NO PRICES NOR LABOR RATES ARE TO BE INCLUDED IN THE TECHNICAL CAPABILITY PART. d. The offeror shall state the offeror's proposed end date. d. Part II shall include: 1. The names of two government agencies for which the offeror has provided the same or similar services. In lieu of government agencies, offerors may provide the names of companies for which the offeror has provided the same or similar services. For each agency/company submitted, offerors shall provide the contract number and point of contact information. Point of contact information shall include: -Name of point of contact -Phone number of point of contact -Email address of point of contact 2. If a third party, which for the purpose of this acquisition is defined as an entity proposing services that are not its own, the offeror is to provide the past performance information of the hotel/facility it is proposing, not of the third party, itself. e. Part III shall include: The quote for each item. The cost of associated with Manpower Reporting at Paragraph 12 of the PWS, shall be Not Separately priced. The price shall be an administrative cost that is distributed among the other items. Offerors shall submit a price schedule in the format sampled at Paragraph ix of this document. f. Proposals shall be submitted by 11:30 am EST, on 19 September 2016 to the point of contact listed below. Offerors shall provide a quote using the pricing schedule provided in the statement of work attached to this combined synopsis/solicitation. g. Proposals shall be submitted to Woodrow Bell via email to: woodrow.w.bell.civ@mail.mil. Facsimile submissions will not be accepted. h. There will be a site visit on 13 September 2016. 1. PLACE: Abraham Lincoln Hall, 260 5th Avenue, Building 64, 3rd floor, Fort McNair, DC 20319. 2. TIME & DATE: 2:00 pm, Tuesday 13 September 2016. 3: Attendees will need 2 valid forms of picture ID or a Government badge to enter Ft. McNair. 4. Each Organization that wishes to attend is limited to two (2) attendees. Provide the names of those attendees to Woodrow Bell, via email, no later than 1:00 pm, on Monday 12 September 2016. i. This requirement is being competed as a small business set aside. (xvii) 52.212-2 -- Evaluation -- Commercial Items (Oct 2014). (a) 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: i. Minimum Acceptability Standards: 1. Approach shall clearly demonstrate the offeror takes into account NDU CIO and AV systems standard. 2. Approach shall address all tasks at Sections 4.1 and 4.2 of the attached Performance Work Statement (PWS). Where applicable, the offerors shall include schedule for accomplishing the tasks. 3. Offeror shall include a list and description of equipment to be installed and hours of labor if itemizing separately. NO PRICES NOR LABOR RATES ARE TO BE INCLUDED IN THE TECHNICAL CAPABILITY PART. 4. Proposed end date shall be no later than 31 December 2016. 1. The awardee shall be selected with the use of Lowest Price Technically Acceptable Source Selection Process. 2. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. 3. Tradeoffs are not permitted. 4. Proposals are evaluated for acceptability but not ranked using the non-cost/price factors. 5. Exchanges may occur. 6. Non-cost factors: The minimum acceptability standards and Past Performance 7. Past performance: Performance on submitted examples is relevant and acceptable. 8. Price: Cost will be evaluated as follows: a. The propose prices of all CLINs shall be evaluated as part of the price evaluation. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (xviii)Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offers are to include a completed copy.) The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xix)Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition Addendum to FAR 52.212-4. (xx)1. Invoicing WIDE AREA WORK FLOW (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line times (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. WAWF Instructions an interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. THE FOLLOWING CODES AND INFORMATION WILL BE REQUIRED TO ASSURE SUCCESSFUL FLOW OF WAWF DOCUMENTS. CONTRACT NUMBER: To be determined at time of award DUNS CODE: To be determined at time of award ISSUE BY DODAAC: HQ0013 ADMIN BY DODAAC: HQ0013 INSPECT BY DODAAC: HQ0013 ACCEPT BY DODAAC: HQ0013 LOCAL PROCESSING OFFICE DODAAC: HQ0013 PAYMENT OFFICE DODAAC: HQ0347 PAYMENT OFFICE FISCAL STATION CODE: DFAS INDIANAPOLIS (xxii) Clause at FAR 52.212-5(Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil). 52.203-6 ALT1, Restrictions on Subcontracting Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations;52.219.4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 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; 523222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in persons; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/; 52.233-3, Protest after Award; 52.246-4, Inspection of Services-Fixed Price; 52.252-2, Clauses Incorporated by Full Text (website provided by http://farsite.hill.af.mil). (xxiii) The following DFAR clauses apply to this acquisition: DFARS 252.203-7002, Requirement to inform Employee's of Whistleblower Rights; DFARS 252.203-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A System for Award Management; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items ;252.225-7002, Qualifying Country Sources as Subcontractors; 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Request for Equitable Adjustment. Applicable additional clauses under DFARS 252.212-7001 are as follows: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; Gratuities; DFARS 252.232-7003, Electronic Submissions of Payment Requests; 252.247-7023,Transportation of Supplies by Sea. (xxiv) Other clauses that apply. 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-13 Contractor Code of Business Ethics and Conduct OCT 2015 52.204-3 Taxpayer Identification OCT 1998 52.204-7 System for Award Management JUL 2013 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV2015 52.212-4 Contract Terms and Conditions--Commercial Items MAY2015 52.217-5 Evaluation Of Options JUL 1990 52.232-23 Assignment Of Claims MAY2014 52.242-13 Bankruptcy JUL 1995 (xxv)The point of contact (POC) for this acquisition is Woodrow Bell. Woodrow can be reached via email at woodrow.w.bell.civ@mail.mil or telephone at (703) 697-8952. (xxvi)A detailed requirement description is attached.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d896eda9ccdb0a2585cae7711e50fb9b)
 
Place of Performance
Address: Abraham Lincoln Hall, 5th Avenue, Building 64, 3rd floor, Fort McNair, District of Columbia, 20319, United States
Zip Code: 20319
 
Record
SN04263454-W 20160910/160908235805-d896eda9ccdb0a2585cae7711e50fb9b (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.