Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
MODIFICATION

39 -- Pentagon Auditorium Rigging System Replacement and Installation

Notice Date
8/17/2018
 
Notice Type
Modification/Amendment
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Army, Headquarters, Department of the Army, AMVID - ARMY VISUAL INFO CENTER, 2530 Crystal Drive #7136, ARLINGTON, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
AMVIDRFQAuditoriumRiggingSystem
 
Archive Date
9/7/2018
 
Point of Contact
Nina Lin, Phone: 703-545-4975, LaToya Hall,
 
E-Mail Address
nina.t.lin.civ@mail.mil, LaToya.S.Hall.civ@mail.mil
(nina.t.lin.civ@mail.mil, LaToya.S.Hall.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 separate written solicitation will not be issued apart from this notice and its related attachments. The Army Multimedia Visual Information Directorate (AMVID), Production Acquisition Division (PAD) is issuing this Request for Quotes (RFQ) to solicit Quotes for the purpose of purchasing/replacing the Pentagon Auditorium Rigging System. This acquisition is restricted to small businesses under NAICS Code 238290, for which the small business size standard is $15 million. The Government anticipates awarding a single-award Firm-Fixed price contract. If you are interested in responding to this requirement, you shall participate by submitting a written RSVP to attend a site visit and submitting a Quote in accordance with this RFQ. The site visit will occur on Wednesday August, 1, 2018 and vendors that RSVP by the RSVP due date will be provided a 1-hour time slot. SPECIFICATIONS See Attachments: Attachment A: Performance Work Statement (PWS) Attachment B: Quality Assurance Surveillance Plan (QASP) QUOTES SHALL INCLUDE THE FOLLOWING INFORMATION: (1) Detailed description for all services/supplies quoted. (2) Detailed price Quote to include any and all discounts. Price Quote shall clearly indicate a total price for meeting all requirements of the PWS and be further broken down at minimum by equipment, labor and any other associated costs if applicable. (3) The following Administrative Information: a) Tax identification number (TIN) b) Dun & Bradstreet Number (DUNS) c) Cage Code d) Complete Business Mailing Address e) Contact Name f) Contact Phone g) Contact email address Note: All vendors must be actively registered in www.SAM.Gov to receive award. (4) Completed copy of the provisions at FAR 52.212-3 Alt I and 252.225-7036 with their Quotes. Vendors need not provide completed copies of the provision at FAR 52.212-3 Alt I if the vendor has already completed their Representations and Certifications online via their www.SAM.Gov profile. (5) At least one corporate and/or Government past performance reference for recent and relevant work. "Relevant" is defined as work similar in complexity and magnitude with respect to this requirement and "Recent" is defined as contracts currently being performed or completed within the past three years. Each reference shall contain the following information: a) First and Last Name of Reference Individual b) Company or Organization of Reference c) Job Title of Reference and brief summary of work performed d) Phone Number(s) of Reference e) Email Address of Reference f) Contract Number, if any g) Date the contract was awarded DELIVERY SCHEDULE: 90-120 days after Contract Award Date. CONTRACT AWARD Contract award shall be made to the responsible vendor whose offer, in conforming to this RFQ, provides the lowest overall price and is technically acceptable. The Government will NOT consider multiple awards. Vendors must attend the site visit and submit a quote in order to receive consideration for award. SOLICITATION PROVISIONS AND CLAUSES (1) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99 and DFARS Publication Notice (DPN) 20180629. (2) FAR and DFARS provisions and clauses may be found at in full text at: http://farsite.hill.af.mil/ (3) The following FAR provisions apply to this RFQ: • 52.204-16, Commercial and Government Entity Cage Code Reporting; • 52.212-1, Instructions to Offerors - Commercial; and • 52.252-1, Solicitation Provisions Incorporated by Reference. (4) Please include a completed copy of the provision at DFARS 252.225-7035, Buy American-Free Trade Agreements-Balance of Payments Program Certificate with this offer. (5) The following FAR clauses apply to this acquisition: • 52.204-18, Commercial and Government Entity Cage Code Reporting Maintenance; • 52.212-4, Contract Terms and Conditions - Commercial Items; • 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including [ 52.204-10, Reporting Executive compensation and First-Tier Subcontract Award; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management ] ; • 52.227-17, Rights in Data-Special Works; • 52.227-18, Rights in Data-Existing Works; • 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; and • 52.252-2, Clauses Incorporated by Reference. (6) The following DoD provisions or clauses (DFARS) also apply to this solicitation: • 252.201-7000, Contracting Officer's Representative; • 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; • 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; • 252.203-7005, Representation Relating to Compensation of Former DoD Officials; • 252.204-7000, Disclosure of Information; • 252.204-7003, Control of Government Personnel Work Product; • 252.204-7007, Alternate A, Annual Representations and Certifications; • 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; • 252.204-7009, Limitations on the Use or Disclosure of Third- Party Contractor Reported Cyber Incident Information; • 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; • 252.209-7002, Disclosure of Ownership or Control by a Foreign Government; • 252.225-7035, Buy American-Free Trade Agreements-Balance of Payments Program Certificate; • 252.225-7036, Buy American-Free Trade Agreements- Balance of Payments Program; • 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; • 252.232-7006, Wide Area WorkFlow Payment Instructions; • 252.243-7002, Requests for Equitable Adjustment, and • 252.247-7023; Transportation of Supplies by Sea. QUESTIONS: Vendors shall submit all questions in writing by 3:00pm Eastern Standard Time (EST) on Monday, 23 July 2018 via e-mail to: LaToya.S.Hall.civ@mail.mil with a copy to Nina.T.Lin.civ@mail.mil. SITE VISIT RSVP: Vendors shall submit an rsvp for an August 1, 2018 site visit by 3:00pm EST on Wednesday, July 25, 2018 via e-mail to: LaToya.S.Hall.civ@mail.mil with a copy to Nina.T.Lin.civ@mail.mil. RFQ DUE DATE: The RFQ Due date for responses is on or before 10:00am EST on Thursday, August 23, 2018. Submission shall submitted via e-mail to: LaToya.S.Hall.civ@mail.mil with a copy to Nina.T.Lin.civ@mail.mil. The maximum file size for emails is 5 MB.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5476c0014671a9c1943fa60e4515a703)
 
Place of Performance
Address: Pentagon Auditorium, Washington, District of Columbia, United States
 
Record
SN05044344-W 20180819/180817231414-5476c0014671a9c1943fa60e4515a703 (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.