Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2022 SAM #7435
SOURCES SOUGHT

99 -- Audiovisual Equipment and Installation for Command Briefing Room

Notice Date
4/7/2022 6:21:11 AM
 
Notice Type
Sources Sought
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-1001 USA
 
ZIP Code
23709-1001
 
Solicitation Number
N4215822QE045
 
Response Due
4/20/2022 9:00:00 AM
 
Point of Contact
ALESHA RAY, Phone: 7573968672, Denise L. Lee, Phone: 7573962046
 
E-Mail Address
alesha.j.ray.civ@us.navy.mil, denise.l.lee@navy.mil
(alesha.j.ray.civ@us.navy.mil, denise.l.lee@navy.mil)
 
Description
PLEASE SEE THE ATTACHMENT FOR UPDATED SPECIFICATIONS AND RESPONSE TIMES. THIS IS A SOURCES SOUGHT. THIS IS NOT A REQUEST FOR PROPOSAL. This announcement constitutes a Sources Sought (SS) to assist in requirement development and planning purposes. Norfolk Naval Shipyard�s (NNSY) intent of this announcement is to identify qualified and experienced sources for a contract vehicle that will provide technical oversight to perform the installation of audio/visual equipment upgrades to NNSY Building 1500 Command Briefing Room (CBR). This is not a solicitation announcement for proposals and a contract will not be awarded from this announcement. This announcement is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. Background: The NNSY Contracting Department requires procurement and installation of audio/visual equipment upgrades, to the CBR which is capable of holding 190 individuals. The CBR is intended to allow speakers, such as the NNSY Commander, to present information to a larger audience that smaller conference rooms would not allow. Thus, it is important to update the existing and limited capabilities of the space. The goal is to update the CBR to a more contemporary state in order to increase communication and information dissemination. Objective/Scope:� The objective is to provide audio/video equipment upgrades to the NNSY CBR to enhance the environment and make it capable for multi-functions as a command briefing room/conference room. Equipment Description/Specifications: (The below list may change based on the results of the site survey). Installation and replacement of new monitors facing the stage Video Wall Complete Sound System Stationary Video Cameras Video Console Teleconferencing Capabilities� Period of Performance:� The period of performance is estimated to be within 105 days after award. Place of Performance: Norfolk Naval Shipyard, Building1500, 1st Floor, Command Briefing Room, Portsmouth, VA� 23709. Security Requirements: Employees must be able to pass a background check to be authorized to perform work on the shipyard. Anticipated NAICS Code: The anticipated NAICS Code for this requirement is 334310 � Audio and Video Equipment Manufacturing which has a corresponding Size Standard of 750 employees, and Product or Service Code, (PSC) of 5965 Installation of Equipment. The Government has not yet determined whether an existing strategically sourced vehicle will be used to satisfy this requirement. The Government will use this information to determine the best acquisition strategy for this procurement. The Government requests that interested parties respond to this notice if applicable and identify your business status to the identified NAICS code. Small Business Determination: The Government is still determining the acquisition strategy and if this acquisition will be a total or partial small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved. Include specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Capability Statement: Prospective vendors will need to demonstrate they are capable of installing the same or similar aforementioned equipment by providing a capability statement, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Provide no more than three (3) past performance references.� Please also include in the past performance information the full contract numbers, dollar value, point-of-contact: name, telephone number, email address, and period of performance for each contract referenced in the response to this SS. Reponses to this SS request should reference (Command Briefing Room- Audiovisual Equipment Upgrades) and shall include the following information in this format: Company name, address, point of contact name, telephone number, facsimile �fax� number, and email address. Contractor and Government Entity (CAGE) Code. Size of business - Large Business, Small Business, Small Disadvantaged, 8(a), HUBZone, Woman-owned and/or Service-Disabled Veteran-owned. A copy of SAM.GOV active registration. Must reflect SAM Unique Entity Identification (UEI), Commercial and Government Entity, and Reps/Certs (Not included in page limit). Please describe your company�s ability to install audio/visual equipment and the work to be performed. Comments on the proposed Period of Performance schedule. Anticipated number of days work could start and be completed after award. Comments or suggested changes to the Government's NAICS Determination. Identify conditions or issues the U.S. Government should consider or may interfere with the intention of this project. Past Performance (Not included in page limit). Include any other supporting documentation. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary knowledge and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed five (5) typewritten pages, double spaced, in no less than 12 font size. Responses should be emailed to Alesha Ray, Contract Specialist, at alesha.j.ray.civ@us.navy.mil with a copy to Denise Lee, Contracting Officer, at denise.l.lee24.civ@us.navy.mil� by 12:00 P.M. on 8 April 2022. Again, this is not a request for a proposal. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any is issued. Onsite Survey:� An onsite survey will be conducted with the CBR renovation team in Building 1500 where the potential upgrades will be completed. The onsite survey will take place at 11:00 A.M. on 13 April 2022. In order to participate in the onsite survey at 11:00 A.M. on 13 April 2022, a confirmation email and capabilities statement must be submitted via to Alesha Ray at alesha.j.ray.civ@us.navy.mil with a copy to Denise Lee at denise.l.lee24.civ@us.navy.mil� by 12:00 P.M. on 8 April 2022. The onsite survey will begin at 11:00 A.M. on 13 April 2022.� There is a limit of two (2) people per company.� Parking is available at the Pass and ID office located at Gate 15 on George Washington Highway Portsmouth, VA 23709. There will be a shuttle available to transport parties to the facility. Please bring a state driver�s license or any state issue identification. Individuals without an ID will not be permitted on base. Cameras/camera phones, lap tops, iPads or any electronic devices capable of taking photos and/or recording video/audio are not permitted on base under any circumstances. Please note that masks are optional. Questions that arise from the onsite survey will have to be written and submitted via email to Alesha Ray at alesha.j.ray.civ@us.navy.mil with a copy to Denise Lee at denise.l.lee24.civ@us.navy.mil� by 12:00 P.M. on 15 April 2022. Questions will be combined, answered, and posted to sam.gov, thereafter.� It is the contractor�s responsibility to access sam.gov to obtain the answers. Note: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal.� Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any. PLEASE SEE THE ATTACHMENT FOR UPDATED SPECIFICATIONS AND RESPONSE TIMES.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d4bdf36b6b1c4cae82bf754d2fa712c0/view)
 
Place of Performance
Address: Portsmouth, VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN06292854-F 20220409/220407230104 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.