SOLICITATION NOTICE
71 -- Audio Visual Materials and Services - STATEMENT OF WORK (SOW)
- Notice Date
- 11/6/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC IHEODTD, 4072 North Jackson Road Suite 132, Indian Head, Maryland, 20640-5115, United States
- ZIP Code
- 20640-5115
- Solicitation Number
- 1300674251
- Point of Contact
- Brandi L. Sorzano, Phone: 3017446908
- E-Mail Address
-
brandi.sorzano@navy.mil
(brandi.sorzano@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- STATEMENT OF WORK. This Request for Quote (RFQ) is for a commercial item prepared in accordance with the format in Subpart 8, as supplemented with additional information included in this notice. The solicitation number for this procurement is 1300674251; the anticipated award will be a Firm Fixed Price Contract. The award will be made based on price. This requirement is 100% set aside Small Business. The North American Industry Classification System (NAICS) code is 334310. The SB size standard for this code is 750 employees. Quotes will be due by 21 November 2017 at 10:00 a.m. EST. DESCRIPTION: FOR AUDITORIUM CLIN 0001 QTY: 1 DALITE # 67367 CUSTOM CUT OUT LECTERN CLIN 0002 QTY: 1 DALITE # 76411 ELECTRONICALLY ADJUSTABLE LECTERN WITH 1 CD MOUNT CLIN 0003 QTY: 1 CRESTRON # TSW1050 NEW 10” TOUCH PANEL FOR ROOM CONTROL CLIN 0004 QTY: 1 SAMSUNG #803200 BLUERAY DVD PLAYER CLIN 0005 QTY: 3 CRESTRON # DMC-4K-HD DM INPUT CARDS FOR ROOM SOURCES CLIN 0006 QTY: 1 CRESTRON # DM-MD, 16X16 16X16 DM MATRIX SWITCHER CLIN 0007 QTY: 8 CRESTRON# DM-4K-CO-HD DM OUTPUT CARDS FOR DISPLAYS AND LIBRARYS CLIN 0008 QTY: 1 CRESTRON # DM-TX-200-C-2G WALL MOUNT VGA AND HDMI PLATE CLIN 0009 QTY: 1 CRESTRON# DM-TX-201-C UNDER DESK TRANSMITTER FOR BOOTH PC CLIN 0010 QTY: 1 CRESTRON #CEN-SW POES 5 PORT POE SWITCH CLIN 0011 QTY: 1 HITACHI # LPWU9750B 8K LUMEN PROJECTOR (NO BULB) CLIN 0012 QTY: 1 CHIEF RPA MOUNT FOR HITACHI PROJECTOR CLIN 0013 QTY: 1 HITACHI #SD-903 LENS FOR PROJECTOR CLIN 0014 QTY: 1 HITACHI #CMA-100 MOUNT FOR HITACHI PROJECTOR CLIN 0015 QTY: 3 SAMSUNG #DM65E 65” LED FOR ROOM SIDE WALLS CLIN 0016 QTY: 3 CHIEF # PNRUB PULLOUT AND SWIVEL MOUNT FOR LCD CLIN 0017 QTY: 3 SONY # SRG-300H WALL MOUNT CAMERA CLIN 0018 QTY: 3 VADDIO #535-2000-232 WALL MOUNTS FOR ROOM CAMERA CLIN 0019 QTY: 1 DALITE # 94001V 184” FIXED FRAME PROJECTION SCREEN CLIN 0020 QTY: 2 SEWELL # HD1 HDMI OVER CATS EXTENDER LOBBY CLIN 0021 QTY: 1 SAMSUNG # DM75E 75” LED FOR LOBBY AV SETUP CLIN 0022 QTY: 1 CHIEF # LTMU TILTING WALL MOUNT FOR LOBBY LCD LIBRARY CLIN 0023 QTY: 1 SAMSUNG # DM75E 75” LED FOR LOBBY AV SETUP CLIN 0024 QTY: 1 CHIEF # XTM1U TILTING WALL MOUNT FOR LIBRARY LED CLIN 0025 QTY: 1 CRESTRON # DM-RMC-4K-100C DM RECEIVER FOR ROOM PROJECTOR CONFERENCE ROOM 232 CLIN 0026 QTY: 1 PANASONIC # PT-EZ590LU 4K LUMEN PROJECTOR FOR ROOM PRESENTATIONS CLIN 0027 QTY: 1 CHIEF # CMA440 PROJECTOR CEILING MOUNT CLIN 0028 QTY: 1 CHIEF RPA PROJECTOR MOUNT CLIN 0029 QTY: 1 CHIEF #CMS006 6” PROJECTOR POLE FOR CEILING PROJECTOR CLIN 0030 QTY: 1 BIAMP NEXCIA TC DIGITAL SOUND PROCESSOR FOR PHONE SYSTEM CLIN 0031 QTY: 8 SHURE # MX202 IN CEILING MICS (WHITE) CLIN 0032 QTY: 2 CRESTRON # DM-TX-200-C-2G DM WALL PLATE WITH VGA AND HDMI CLIN 0033 QTY: 3 CRESTRON # DM-RMC-4K-100C DM RECEIVER FOR ROOM VIDEO CLIN 0034 QTY: 1 CRESTRON # DMPS 300-C MATRIX SWITCHER FOR ROOM SOURCES CLIN 0035 QTY: 1 CRESTRON POES 5 PORT POE SWITCH CLIN 0036 QTY: 2 SEWELL HD1 HDMI OVER CATS EXTENDER CLIN 0037 QTY: 1 SAMSUNG # UN19F4000 19 INCH 720DP 60HZ LED TV CLIN 0038 QTY: 1 DALITE # 87164V 120” DIAGONAL FIXED FRAME PROJECTOR SCREEN CLIN 0039 QTY: 1 SAMSUNG # BD3200 BLUERAY DVD PLAYER CLIN 0040 QTY: 1 CRESTRON # TSW1050 NEW 10” TOUCH PANEL FOR ROOM CONTROL CLIN 0041 QTY: LOT ALL LABOR COSTS CLIN 0042 QTY: LOT ALL SHIPPING COST Offers should be submitted and shall contain the following information: SOLICITATION NUMBER; NAME, ADDRESS, TELEPHONE NUMBER OF OFFEROR; DUNS NUMBER; CAGE CODE; TAX IDENTIFICATION NUMBER; PRICE AND ANY DISCOUNT TERMS; DELIVERY TIMEFRAME; GSA CONTRACT NUMBER IF APPLICABLE; AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Quotes must indicate quantity, unit price and total amount. Please make quotes good for 60 days. Offerors that fail to furnish the required information, or reject the terms and conditions of this RFQ may be excluded from consideration. EMAIL OFFERS WILL BE ACCEPTED. 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) The Contractor's representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract. (End of clause) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): www.acquisition.gov or farsite.hill.af.mil (End of provision) FAR 52.204-2 Security Requirements; FAR 52.204-3 Taxpayer Identification; FAR 52.211-6 Brand Name or Equal; FAR 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.212-5 Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; FAR 52.204-10 – Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-4 -- Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 – Post-Award Small Business Program Representation; FAR 52.222-3 -- Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.223-18 – Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3 Protest after Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.243-1 Changes—Fixed Price; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 – Requirement to inform Employees of Whistleblowers Rights; DFAR 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFAR 252.204-7003 Control of Government Personnel Work Product; DFAR 252.204-7005 Oral Attestation of Security Responsibilities; DFAR 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls; DFAR 252.204-7015 Disclosure of Information to Litigation Support Contractors; DFAR 252.225-7048 Export – Controlled Items; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests; DFAR 252.232-7010 Levies on Contract Payments (Research and Development); DFAR 252.243-7001 Pricing of Contract Modifications; DFAR 252.244-7000 Subcontracts for Commercial Items; DFAR 252.247-7023 Transportation of Supplies by Sea;. Points of contact: Contract Specialist/Administrator: Brandi Sorzano, Civ, Telephone: (301) 744-6908, E-Mail: brandi.sorzano@navy.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central Contractor Registration). Registration is to be done through the System for Award Management (SAM) website https://www.sam.gov 3) All Amendments, if applicable, must be acknowledged. 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) PLEASE SEND ALL OFFERS TO ALL POINTS OF CONTACT
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/1300674251/listing.html)
- Place of Performance
- Address: NSWC IHEODTD, INDIAN HEAD, Maryland, 20640, United States
- Zip Code: 20640
- Zip Code: 20640
- Record
- SN04732773-W 20171108/171106231242-2319d85702f54fe083e3054773298319 (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 |