SOLICITATION NOTICE
59 -- AV Upgrade Conference Room
- Notice Date
- 9/24/2019
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W911W6) (AATD) (SPS), LEE BLVD BLDG 401, FORT EUSTIS, Virginia, 23604-5577, United States
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-19-R-0027
- Archive Date
- 10/12/2019
- Point of Contact
- Dan M. Shipley, Phone: 7578783766
- E-Mail Address
-
dan.m.shipley.civ@mail.mil
(dan.m.shipley.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 and quotes are being requested. The Aviation Development Directorate-Eustis (ADD-E) Contracting Office, U.S. Army Contracting Command, intends to award a small business set-aside firm-fixed-price contract. The contract document and incorporated clauses are those in effect through Federal Acquisition Circular 2019-03. The solicitation number is W911W6-19-R-0027 and is issued as a request for quotes. The proposed contract action, a commercial item purchase in accordance with FAR Part 13, Simplified Acquisition Procedures, is for upgrading an Audio Visual Conference Room. The following features are required: (1) provide and install NEC 98' Display with mount; (2) provide and install one (1) Crestron Digital Media Video distribution system which includes one DM Transmitter, two DM receivers, and one 35ft HDMI cable; (4) provide and install one Mid Atlantic 2 Bay credenza with wood grain with rack mount power distribution; (5) provide and install one Crestron 7' touchpanel; (6) provide and install one Crestron USB extender System; (7) provide and install four Crestron ceiling speakers (8) provide and install one Crestron table top cubby with HDMI, VGA w/Audio, USB and Network; (9) provide and install one Cisco CTS-SX80-KP VTC System with Vaddio HD Camera and two Shure Tabletop microphones; (10) Provide and install 150 2' x 4' Ceiling tiles which includes cutting out around in-ceiling devices; (11) relocate 2 70' displays and brackets; (12) relocate 2 NEC 90' displays and brackets; (13) provide and install one ceiling projector 5000 lumens NEC UXGA with ceiling mount and tile bridge; (14) provide and install one wall mounted electric projection screen 123' diagonal 65' x 104' viewing area 16:10; and (15) provide and install one wall plate with HDMI and VGA with Audio. Delivery time, shipping charges, and warranty terms shall be included in the quote. Delivery, Inspection, Acceptance and F.O.B. Point are at Destination, Fort Eustis, VA 23604. Completion date shall be not later than ¬¬¬¬four weeks after contract award. Expedited early delivery is acceptable and preferred. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items Alternate I, with their offer. Provisions incorporated by reference include FAR 52.203-18, Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation; FAR 52.204-7, System for Award Management; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-20, Predecessor of Offeror; FAR 52.204-22, Alternative Line Item Proposal; FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law; FAR 52.219-1, Small Business Program Representations; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; and DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate. Clauses incorporated by reference include FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab or Other Covered Entities; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-0001, Line Item Specific, Single Funding; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7048, Export Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.246-7000, Material Inspection and Receiving Report; and DFARS 252.247-7023, Transportation of Supplies by Sea. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.203-19, Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements; 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; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-13, Notice of Set-Aside of Orders; 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, Affirmative Action 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; 52.233-3, Protest After Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The full text of the clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. Pursuant to FAR 52.212-2, Evaluation--Commercial items, 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. The following factors will be used to evaluate offers: (1) technical acceptability (2) low price and (3) familiarity of work performed on Government installations. Sources shall include in their quote a cost breakdown which shall include all installation labor, touchpanel programming, training on all new equipment, and associated electrical work; delivery schedule; shipping charges to Fort Eustis, VA; and warranty terms. The applicable North American Industry Classification Standard (NAICS) code is 334310. The small business size standard is 500. This requirement will be performed at Fort Eustis, VA 23604. Due to the work requirement, all interested sources must be within 50 miles of this location. The Government will review and consider all quotes received meeting the criteria stated above, within the closing date set forth in this notice. Companies shall reference W911W6-19-R-0027 in all correspondence with the Government. The successful offeror must submit invoices through the Wide Area WorkFlow website http://wawf.eb.mil. Contract Payment Instructions are based on the type of payment request submitted and the type of effort, the payment office shall allocate and record the amounts paid to the accounting classification citations in the contract using the table at https://www.acq.osd.mil/dpap/dars/pgi/pgi_htm/current/PGI204_71.htm#payment_instructios. Also, all prospective offerors must be actively registered in the System for Award Management (SAM) website www.sam.gov, with their FAR and DFARS Report Representations and Certifications completed prior to award. Quotes are due not later than 27 September 2019, 11:00 a.m. Eastern Standard Time. Submit inquiries regarding this procurement to Dan Shipley by email at dan.m.shipley.civ@mail.mil or at 757-878-3766.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/03d1ba6ce72d82167bf71a4fa20cc9f7)
- Record
- SN05457305-W 20190926/190924231543-03d1ba6ce72d82167bf71a4fa20cc9f7 (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 |