Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
SOLICITATION NOTICE

59 -- Large Commercial LED Monitors - Description of Requirement

Notice Date
7/20/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 141 MSG/MSC, WA ANG, 2 SOUTH OLYMPIA AVENUE, FAIRCHILD AFB, Washington, 99011-9439, United States
 
ZIP Code
99011-9439
 
Solicitation Number
F6THCC7195AW01
 
Archive Date
8/17/2017
 
Point of Contact
Dennis Jutras, Phone: (509) 247-7221
 
E-Mail Address
dennis.jutras.2@us.af.mil
(dennis.jutras.2@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Description of Requirement (Installation) This is a combination synopsis/solicitation for the acquisition of commercial items using procedures at FAR Part 13. This acquisition is set-aside for Small Disabled Veteran Owned Business (SDVOB) concerns. Award will not be made to any other concerns unless no offers are received from SDVOB or a significant price disparity deems it suitable. The North American Industry Classification system code (NAICS) 334310 size standard of 750 EMP. Contract line item numbers and quantities: 0001 - 55" Commercial Industrial Grade LED Displays QTY: 23 (ea) Minimum Essential (Salient) Characteristics: - 1920x1080 Resolution or greater - 240Hz or greater refresh rate - NO WIRELESS CAPABILITY OF ANY KIND (Bluetooth, wifi, etc...) - Remote Control is acceptable - Industry Standard Connections to include VGA, HDMI, and RS232 - Matte Finish Screen - Capable of 24/7 Use without burn-in 0002 - 65" Commercial Industrial Grade LED Displays QTY: 2 (ea) Minimum Essential (Salient) Characteristics: - 1920x1080 Resolution or greater - 240Hz or greater refresh rate - NO WIRELESS CAPABILITY OF ANY KIND (Bluetooth, wifi, etc...) - Remote Control is acceptable - Industry Standard Connections to include VGA, HDMI, and RS232 - Matte Finish Screen - Capable of 24/7 Use without burn-in 0003 - Wall Mounts (VESA compliant) QTY: 25 (ea) Minimum Essential (Salient) Characteristics: - Must be rated to support associated 55" & 65" monitors - Must be capable of vertical tilt 0004 - Removal of Existing Equipment (Monitors & Brackets) QTY: 1 (job) and Installation of New Equipment - See Description of Requirement for details *Successful vendor will be responsible for coordination of shipments to WADS (Bldg. 852, JBLM) or deliver themselves as part of the installation. The Government intends to award a single Firm-Fixed price award without discussions. All offers will be evaluated a Low Priced Technically Acceptable Basis. Offers must meet the specifics of the requirement as outlined in the Description of the Requirement to be considered Technically Acceptable. Warranty: The Contractor shall extend to the Government the full coverage of any standard warranty normally offered in a similar sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard warranty does not waive the Government's rights under any "Inspection" clause that may be in the contract nor does it limit the Government's rights with regard to the other terms and conditions of this contractThe standard warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. The Contractor shall provide a copy of its standard warranty (if applicable) with its offer. The warranty covers a period of ____________ months (OFFEROR is to insert number). The following provisions and clauses are applicable to this solicitation: Incorporated by reference: P- 52.204-7 -- System for Award Management P- 52.204-16, Commercial and Government Entity Code Reporting P- 52.211-6, Brand Name or Equal P- 52.212-1, Instructions to Offerors-Commercial Items P- 52.212-3 Alt 1: Offeror Representations and Certifications- Commercial Items P- 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services- Certification P- 52.222-55, Minimum Wages Under Executive Order 13658 P- 252.203-7001, Representation Relating to Compensation of Former DoD Officials P- 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation P- 252.204-7011, Alternative Line Item Structure P- 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations P- 252.225-7000, Buy American Statute-Balance of Payments Program Certificate P- 252.225-7035 Buy American--Free Trade Agreements--Balance of Payments C- 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements C- 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 C-52.204-9, Personal Identity Verification of Contractor Personnel *C- 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards C- 52.204-13 - System for Award Management Maintenance C- 52.204-18, Commercial and Government Entity Code Maintenance C- 52.204-19, Incorporation by Reference of Representations and Certifications *C- 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment *C- 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations C- 52.211-16 -- Variation in Quantity C- 52.212-4, Contract Terms and Conditions-Commercial Items *C- 52.219-6, Notice of Total Small Business Set Aside *C- 52.219-28 - Post-Award Small Business Program Rerepresentation *C- 52.222-3, Convict Labor *C- 52.222-19, Child Labor- Cooperation with Authorities and Remedies *C- 52.222-21, Prohibition of Segregated Facilities *C- 52.222-26, Equal Opportunity *C- 52.222-36, Equal Opportunity for Workers with Disabilities *C- 52.222-50, Combating Trafficking in Persons *C- 52.223-15, Energy Efficiency in Energy Consuming Products *C- 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving *C- 52.225-13, Restrictions of Certain Foreign Purchases *C- 52.232-33, Payment by Electronic Funds Transfer- SAM C- 52.232-39, Unenforceability of Unauthorized Obligations C- 52.232-40, Providing Accelerated Payments to SB Subcontractors *C- 52.233-3, Protest After Award *C- 52.233-4, Applicable Law for Breach of Contract Claim C- 52.237-2, Protection of Government Buildings, Equipment, and Vegetation C- 252.203-7002 Requirement to Inform Employees of Whistleblower Rights C- 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements C- 252.204-7003 Control of Government Personnel Work Product C- 252.204-7004 Alternate A, System for Award Management C- 252.204-7012 Safeguarding of Unclassified Controlled Technical Information C- 252.204-7015, Disclosure of Information to Litigation Support Contractors C- 252.223-7008, Prohibition of Hexavelent Chromium C- 252.225-7001, Buy American and Balance of Payments Program C- 252.225-7002 Qualifying Country Sources as Subcontractors C- 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments C- 252.225-7048 Export-Controlled Items C- 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports C-252.232-7010, Levies on Contract Payments C- 252.243-7001 Pricing of Contract Modifications C- 252.244-7000, Subcontracts for Commercial Items C- 252.247-7023, Transportation of Supplies by Sea Incorporated in full text: P- 52.212-1, Instructions to Offerors-Commercial Items: At a minimum, the vendor must submit a price schedule which asserts they will provide the supplies/services to the minimum standards indicated in the solicitation/PWS. P- 52.212-3 Alt. I, Offeror Representations and Certifications--Commercial Items--Alternate I P- 52.212-2, Evaluation-Commercial Items: The Government will award a firm-fixed priced contract. Unless a significant price disparity exists which deems a large business suitable for award, award will be made to a small business. Only one award will be made, unless it is in the best interest of the Gov't to issue multiple awards. The Government intends to award a firm-fixed price contract to the responsible vendor whose quote conforming to the solicitation provides the Best Value to the Government. " Best value" means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. In accordance with FAR 12.602 & FAR 13.106-2, technical, price & past performance will be considered in the streamlined evaluation. In the best value decision, the Government may consider any readily available value indicators (examples include past performance, special features of the supply or service required for effective program performance, trade-in considerations, probable life of the item, warranty considerations, maintenance availability, environmental and energy efficiency considerations, and delivery terms). This may result in award being made to a higher-rated, higher-priced quote. The Government's selection of a higher-rated, higher-priced quote will be supported by a determination that the technical/past performance superiority warrants the additional cost involved. P- 52.252-1 -- Solicitation Provisions Incorporated by Reference (FILLIN: http://farsite.hill.af.mil ) P- 52.252-5 -- Authorized Deviations in Provisions P- 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law P- 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations C-52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items *clauses with asterick are included by reference C-52.252-2, Clauses Incorporated by Reference (FILLIN: http://farsite.hill.af.mil ) C-52.252-6, Authorized Deviations in Clauses (FILLIN: DFARS Vol II) C- 252-211-7003, Item Unique Idenfication and Valuation C- 252.232-7006, Wide Area Work Flow Payment Instructions C-252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance Systems Notice to Offerors (a) In compliance with Class Deviation 2012-O0015, the following do not apply to this solicitation/contract: (1) 52.212-1, paragraph (k). (2) 52.212-4, paragraph (t). (3) 52.212-3--Alternate I, introductory paragraph and paragraph (b). (b) Offerors are required to complete 52.212-3--Alternate I, paragraphs (c) through (o). (c) Deviation clause 52.204-99, System for Award Management Registration, is required and is added/included by addendum. ln no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government. All information relating to this solicitation will be posted on the website this solicitation has been posted within. Formal communicatio ns such as request for clarifications and/or information concerning this solicitation must be submitted in writing via e-mail (it is the responsibility of the vendor to verify email receipt). NO TELEPHONIC REQUESTS FOR INFORMATION WILL BE HONORED. All answers will be posted to the Federal Business Opportunites website. Offerors are requested to submit questions to the email address noted above not later than 11:59 P.M. PST on 27 July 2017 Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. Quotes must be submitted in writing via email by 11:59 p.m. PST on 2 August 2017 to email dennis.jutras.2@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6THCC7195AW01/listing.html)
 
Place of Performance
Address: 852 Lincoln Blvd., Joint Base Lewis-McChord, Washington, 98438, United States
Zip Code: 98438
 
Record
SN04587397-W 20170722/170720234350-8e126440e2080706294e9dda50b070eb (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.