Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2019 FBO #6321
SOLICITATION NOTICE

D -- Christie Digital Services

Notice Date
3/13/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152
 
Solicitation Number
N66001-19-Q-6134
 
Response Due
3/14/2019
 
Archive Date
4/13/2019
 
Point of Contact
Point of Contact - Magda V Velarde, Contract Specialist, 619-553-7734; Tamara L Cunningham, Contracting Officer, 619-553-5239
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. Competitive quotes are being requested under Request For Quote (RFQ) Number N66001-19-Q-6134. The North American Industry Classification System (NAICS) code applicable to this acquisition is 811213 Communication Equipment Repair and Maintenance and the small business size standard is $11 million. This procurement is a 100% Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. DESCRIPTION OF REQUIREMENTS The Government is seeking to acquire commercial services to remove segments and reinstall same segments of a custom Christie Digital wall to support cable removal and reinstallation for the C2F Auditorium at Offutt AFB, NE. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows: ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE 0001 Services IAW attached PWS 1 Lot 0002 Travel IAW attached PWS 1 Lot The expected Period of Performance for this effort is: Date of Award to three (3) months thereafter. The anticipated place of performance for the effort is: Government site at Offutt AFB, NE. OFFEROR INSTRUCTIONS The Government will award a Firm Fixed Price contract resulting from this solicitation to the responsible offer whose quotation conforming to the solicitation represents the most advantageous to the Government as defined in the 'EVALUATION FACTORS FOR AWARD' Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is "None" or "Not applicable," explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be unacceptable and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1. General Information: Offeror Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. 2. Technical Acceptability Documentation: a. Technical Approach or Specifications: i. Statement stating offeror is an authorized Christie Digital reseller. ii. Appropriate labor mix IAW PWS. iii. Travel proposed IAW PWS. The proposal must meet the submittal requirements listed above in order to be rated Acceptable for this factor. b. Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. c. Authorized Source Confirmation: The following product certification statement below applies to line item 0001 and each offeror must submit supporting documentation, as needed: To be considered for award, the offeror/contractor is required to submit documentation confirming that they are an authorized source. An "Authorized Source" is defined as the original manufacturer, a source with the express written authority of the original manufacturer or current design activity, or an authorized aftermarket manufacturer. 3. Price Quote: Submit complete pricing for each individual item listed in the "DESCRIPTION OF REQUIREMENTS" Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing. 4. Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. EVALUATION FACTORS FOR AWARD: Basis For Award: The Government intends to award a contract to the most advantageous offeror, who is registered with Wide Area Work Flow (WAWF) and System for Award Management (SAM); however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. An offer will be considered non-responsive if technical acceptability is not met. Technical Acceptability is defined in Factor I below. Factor I Technical Acceptability: The Government will evaluate the quote to see if the following specification requirements are met to include all information required for a complete quote as defined in paragraph #2 above: In order to be considered technically acceptable, the proposal must meet the requirements of the solicitation. This requirement contains supplies that are Brand Name pursuant to FAR 11.105, Items Peculiar to One Manufacturer. To be considered for award, the offeror is required to certify that the services being offered are (reference 2(c) above) Christie Digital resellers. The Government will only accept the required brand name services from authorized resellers as specified in Attachment 2. Factor II Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm-fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above as outlined in paragraph #3 above. Notice: Any offer rated "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award. DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have registered CAGE and DUNS Codes. Page Limitations: Ensure to stay within the page limitations as follows: Submission shall not exceed five (5) pages in length. Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8 by 11 inch page in 12 point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received before 14 March 2019 at 9:00AM, Pacific Time. Questions must be uploaded on the SPAWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-19-Q-6134. Include RFQ# N66001-19-Q-6134 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 14 March 2019 at 3:00PM, Pacific Time. Quotes must be uploaded on the SPAWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-19-Q-6134. E-mail quotes or offers and late quotes may be accepted at the discretion of the Government. SPAWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. Government RFQ Point of Contract: The point of contact for this solicitation is Name of Magda Veronica Velarde at veronica.velarde@navy.mil. Reference RFQ# N66001-19-Q-6134 on all email exchanges regarding this acquisition. RFQ ATTACHMENTS 1. Performance Work Statement (PWS) 2. Brand Name Justification APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-100 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20180824. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/. The following FAR and DFARS provisions, incorporated by reference, apply to this acquisition: The following FAR and DFARS provisions, incorporated by reference, apply to this acquisition: 52.204-16 Commercial and Government Entity Code Reporting 52.212-1 Instructions to OfferorsCommercial Items (CLASS DEVIATION 2018-O0013) 52.212-3 Offeror Representations and CertificationsCommercial Items 252.203-7005 Representation Relating to Compensation of Former DoD Officials FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition and includes the following clauses by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-18 Commercial and Government Entity Code Maintenance 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-7 Information Regarding Responsibility Matters 52.209-12 Certification Regarding Tax Matters 52.212-4 Contract Terms and ConditionsCommercial Items 52.219-6 Notice of Small Business Set Aside 52.222-3 Convict Labor 52.222-19 Child LaborCooperation 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 52.222-56 Certification Regarding Trafficking in Persons Compliance Plan 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-19 Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission Outside the United States 52.232-33 Payment by Electronic Funds TransferSystem for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim The following FAR and DFARS clauses, incorporated by reference, apply to this acquisition: 52.204-18 Commercial and Government Entity Code Maintenance 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.212-4 Contract Terms and ConditionsCommercial Items 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items NOTE: The Government reserves the right to incorporate additional clauses into the resulting order, as required by law or statute. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/1078bafb9b9b593f2b9045658e446b85)
 
Record
SN05248866-F 20190315/190313230109 (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.