SOLICITATION NOTICE
59 -- Audio/Visual System Upgrade for St. Paul MN VA Regional Office
- Notice Date
- 4/26/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
- ZIP Code
- 20006
- Solicitation Number
- 36C10E19Q0163
- Response Due
- 5/30/2019
- Archive Date
- 7/29/2019
- Point of Contact
- 612-970-5621
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- 36C10E19Q0108 Page 2 of 11 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; quotes are being requested and a written solicitation will not be issued. Solicitation 36C10E19Q0163 is issued as a request for quote (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-01, Dated 1/22/2019. The solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Business. The applicable NAICS Code for this solicitation is 334310 and the Small Business Size limitation is 750 Employees. This solicitation is set-aside exclusively for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns in accordance with Public Law 109-461, Veterans First Program. Only offers from SDVOSB concerns that are registered and verified in the Center for Verification and Evaluation (CVE) Vendor Information Pages (VIP) website at https://www.vip.vetbiz.gov/ at the time date set for receipt of offers shall be considered for award. Offers from SDVOSB concerns that are not registered shall be rejected as non-responsive and shall not be considered for award. This solicitation is issued with the intent of awarding a Firm-Fixed Price Commodity Contract. Vendors will be proposing suggested Hardware and Installation/Integration Services. Vendor s Price Proposals should have separate Hardware Line Items from Installation/Integration Line Items. The proposed Line Items should be sequentially numbered with appropriate descriptions, quantities, units and prices in accordance with the Vendor s Technical Proposal. Description of Requirement STATEMENT OF OBJECTIVES (SOO) VA REGIONAL OFFICE (335) BISHOP HENRY WHIPPLE FEDERAL BUILDING 1 FEDERAL DRIVE ST. PAUL, MN 55111 Audio Video Upgrade for Conference Center (G305, G304, G303) Background: The Department of Veterans Affairs (VA) has a requirement for the purchase, configuration, and installation of additional microphones and video conferencing and projecting capabilities in the Conference Center located at the St. Paul VA Regional Office. The Conference Center includes 3 training rooms, Suites G305, G303, and G304. Training Rooms G303 and G304 are next to each other and have a removable divider that would allow the use of both rooms as a single larger training room. The current audio video systems include the following: Training Room G305: Four wireless hand-held microphones, two wireless lapel microphone, four TVs and 2 projectors/screens and Skype for Business. Projectors/TVs receive input via VGA cables connected to podium PC/laptop. Training Room G303: One wireless handheld microphone and one lapel microphone, two projectors/ screens and 52 training computers. Projectors receive input via VGA cables connected to podium PC/laptop. Training Room G304: One wireless handheld microphone and one lapel microphone, two projectors/ screens and 47 training computers. Projectors receive input via VGA cables connected to podium PC/laptop. Existing sound system has proprietary programming thus this effort requires the entire sound system to be reprogrammed. At the conclusion of this project it is understood that the US Government will own all programming code. The existing sound system equipment is as follows but should be verified via Site Visit: Creston HDMI DMPS-300-C QSC Direct 70V Amplifier CX302V Shure UA844 Nexia CS Each training room has a touch screen panel that adjusts both the sound and video inputs. Objectives: Training Room G305: Government shall provide a USB Video Camera (Cisco TelePresence Precision HD USB Video Camera or something similar) and Ceiling Mount. Vendor shall procure, install, and integrate provided Video Camera. Video Camera to be connected via appropriate cabling to the room s podium PC. Procure, install, and integrate an appropriate amount of ceiling microphones, preferably the ceiling panel type or one without a dangling microphone, into the existing sound system that are capable of capturing audience comments/questions and can also be muted by the presenter. Currently installed Sound System will need to be configured to allow the simultaneous/interchanging use of all ceiling microphones, the four wireless hand-held microphones and two lapel microphones assigned to this room as inputs to both the speakers in the room and as a sound input to podium PC/laptop for use with Skype for Business. The square footage of this space is 4,190sqft with a ceiling height of 9. Podium PC Audio output needs to be integrated into the currently installed Sound System so that the PC Audio output, mainly sound from Skype for Business, is broadcast to the rooms speakers simultaneously/interchangeably with the rooms active microphones. Touchscreen Control Panel: The functionality of the touchscreen should allow for control over the TVs, projector, microphones and speakers. Training Room G303: Procure, install, and integrate an appropriate amount of ceiling microphones, preferably the ceiling panel type or one without a dangling microphone, into the existing sound system that are capable of capturing audience comments/questions and can also be muted by the presenter. The existing wireless microphones in this room will continue to function as currently set up. The ceiling microphone(s) should be set up to focus on the 52 training stations. The square footage of this space is 2,142sqft with a ceiling height of 9. G303 Podium PC Audio output needs to be integrated into the currently installed Sound System so that the PC Audio output, mainly sound from Skype for Business, is broadcast to the rooms speakers simultaneously/interchangeably with the rooms active microphones. Touchscreen Control Panel: The functionality of the touchscreen should allow for control over the projector, microphones and speakers. Training Room G304: Procure, install, and integrate an appropriate amount of ceiling microphones, preferably the ceiling panel type or one without a dangling microphone, into the existing sound system that are capable of capturing audience comments/questions and can also be muted by the presenter. The existing wireless microphones in this room will continue to function as currently set up. The ceiling microphone(s) should be set up to focus on the 47 training stations. The total square footage of this space is 1,924sqft with a ceiling height of 9. Input/output audio from the podium PC and all microphones should be integrated into the sound system. G304 Podium PC Audio output needs to be integrated into the currently installed Sound System so that the PC Audio output, mainly sound from Skype for Business, is broadcast to the rooms speakers simultaneously/interchangeably with the rooms active microphones. Touchscreen Control Panel: The functionality of the touchscreen should allow for control over the projector, microphones and speakers. Training Rooms G303/G304: If possible, allow for overhead microphone control to be limited to each room individually or to both rooms simultaneously to support training in a larger environment created by the removal of the divider between the training rooms. Touchscreen Control Panel: The functionality of the touchscreen should allow for control over the projector, microphones and speakers when rooms are combined. Delivery Terms: FOB Destination Delivery Address: VA Regional Office (335), Bishop Henry Whipple Federal Building, 1 Federal Drive, Saint Paul, MN 55111. Required Delivery Date (RDD): Request best RDD without incurring an additional expediting fee. FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2018), applies to this solicitation. The following provisions are added as addenda: 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) 852.273-74 Award Without Exchanges (JAN 2003) (End of Addendum to 52.212-1) Site Visit: A site visit has been scheduled for Tuesday, May 14, 2019, at 10:00 a.m., at the St. Paul Veterans Administration Regional Office (VARO), 1 Federal Drive, St. Paul, MN 55111. The primary Site Visit POC is Eva Stoner (612-970-5628). A list of anticipated attendees must be emailed to eva.stoner@va.gov and robert.mulheran@va.gov prior to the site visit. The list must contain attendees name, represented business, and contact information. This will be the only opportunity for potential offerors to visit the site. All potential offerors, subcontractors, and suppliers are strongly encouraged to attend this site visit. Submission of Offers: Offers are due no later than May 30, 2019 by 1:00 PM EST. Offers shall be submitted electronically to robert.mulheran@va.gov. The email subject line must contain the following: Quote in Response to 36C10E19Q0163, A/V Upgrade. Offers shall be based on the requirements of the solicitation, and must contain the following: Company name, address, DUNS Number, tax identification number (TIN), and point of contact with phone number, and e-mail address. A completed price schedule in the format described in Section v ; Acknowledgement of any/all amendments; Solicitation Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail to robert.mulheran@va.gov. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is May 22, 2019 @ 1:00 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. Amendments: Amendments to this solicitation will be posted at http://www.fedbizopps.gov (FBO). Paper copies of the amendments will NOT be individually mailed. By registering to receive notifications on FBO, offerors will be notified by email of any new amendments that have been issued. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Failure to acknowledge an amendment may result in your offer being considered unacceptable. QUOTE REQUIREMENTS Submitted quotes should be valid for a minimum of 60 Days. FAR 52.212-2, Evaluation-Commercial Items (OCT 2014) applies to this solicitation. The following details the Basis for Award and the applicable Evaluation Criteria. Basis for Award: 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. In evaluating proposals, Technical Approach (Technical Proposal and Past Performance combined) shall be weighted at 49% and the Price Proposal at 51%. The following factors shall be used to evaluate offers: Technical Approach (49%) Technical Proposals should clearly address all areas of the Statement of Objectives. The following items should specifically addressed: Technical Proposal portrays a clear understanding of the desired end result. Technical Proposal adequately proposes an adequate ceiling microphone solution for the sizes of all three rooms. Technical Proposal addresses the requirement of the presenter being able to control ceiling mounted microphones. Technical Proposal portrays a clear understanding of level of effort required to integrate/reprogram new audio/visual equipment into the existing audio/visual system. Past Performance: When evaluating Past Performance, the Government shall consider how well the proposal addresses the following: Previous experience performing contracts of similar complexity. Previous experience of like services in the previous 3 years. References of previous experience providing similar services. Ratings. Technical Approach will be rated as follows: Fully Confident Technical Approach addresses all the Government s needs. Partially Confident Technical Approach addresses all the Government s needs. Not Confident Technical Approach addresses all the Government s needs. Price Proposal (51%). Offers the lowest reasonable and balanced price. The Government will evaluate each offeror's proposed prices submitted in completed RFQ for reasonableness and balance as discussed in the following paragraphs 2.1.1 and 2.1.2. Offerors are advised to review all data items and ensure that they are proposing to the specific data requirements and level of effort involved. Reasonableness: The existence of adequate price competition is expected to support a determination of reasonableness. Price analysis techniques may be used to validate price reasonableness. If adequate price competition is not obtained and/or if price reasonableness cannot be determined using price analysis of Government obtained information, additional information may be required to support the proposed price. Balance: Unbalanced pricing exists when, despite an acceptable price, the price of one or more contract line items is significantly overstated or understated as indicated by the application of proposal analysis techniques. The Government will analyze the proposed prices to determine whether there are unbalanced separately priced line items. Prices submitted will be compared and evaluated to assure that a logical progression exists as related to price and quantity changes within each offeror s response to the pricing structure in the Schedule. Offerors are cautioned against submitting an offer that contains unbalanced pricing; offers that are determined to be unbalanced may be rejected if the lack of balance poses an unacceptable risk to the Government. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (OCT 2018) applies to this solicitation. The offeror has completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) applies to this solicitation. The following clauses are added as addenda: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.227-14 Rights in Data-General (MAY 2014) 52.227-16 Additional Data Requirements (JUNE 1987) 52.227-18 Rights in Data-Existing Works (DEC 2007) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 852.203-70 Commercial Advertising (MAY 2008) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016)(DEVIATION) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.232-72 Electronic Submission of Payment Requests (Nov 2018) 852.246-71 Rejected Goods (OCT 2018) (End of Addendum to 52.212-4) 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items (JAN 2019), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b clauses applicable: (4) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (OCT 2018) (8) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (22) 52.219-28 Post-Award Small Business Program Representation (JUL 2013) (25) 52.222-3 Convict Labor (JUNE 2003) (26) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (JAN 2018) (27) 52.222-21 Prohibition of Segregated Facilities (APR 2015) (28) 52.222-26 Equal Opportunity (SEP 2016) (30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (33) 52.222-50 Combating Trafficking in Persons (JAN 2019) (42) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (47) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) (49) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) (55) 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (OCT 2018) Paragraph c clauses applicable: (2) 52.222-41 Service Contract Labor Standards (MAY 2014) (3) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) Employee Class Monetary Wage Fringe Benefits 14102 Computer Systems Analyst II GS-11 (8) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) (9) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Service Contract Labor Standards (01/01/2019): Wage Determination No.: 2015-4945, Revision No.: 9, Date Of Revision: 12/26/2018, Additional Contract Requirements or terms and conditions: Wage Determination 2015-4945 (Rev.9) is incorporated into this contract by reference and can be found at the following link: https://www.wdol.gov/wdol/scafiles/std/15-4945.txt?v=9 Defense Priorities and Allocations Systems and assigned rating: N/A Offers are due no later than May 30, 2019 by 1:00 PM EST. Offers shall be submitted electronically to email address Robert.Mulheran@va.gov. Only written quotes shall be acceptable and must be received and identified by solicitation #36C10E19Q0163. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this solicitation. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being rated unsatisfactory and ineligible for award. The vendor must be active in the System for Award Management (SAM), and all SDVOSB must be certified by the Center for Veterans Enterprise (CVE) at www.vetbiz.gov, to be eligible to participate and to receive an award. For additional information, please contact the Contracting Officer, Robert Mulheran at (612) 970-5621, or via e-mail to Robert.Mulheran@va.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-APR-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/spg/VA/WDCVARO372/WDCVARO372/36C10E19Q0163/listing.html)
- Place of Performance
- Address: Department of Veterans Affairs;St. Paul VA Regional Office;1 Federal Drive;Saint Paul MN
- Zip Code: 55111
- Country: USA
- Zip Code: 55111
- Record
- SN05294510-F 20190428/190426230037 (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 |