Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 08, 2024 SAM #8229
SOLICITATION NOTICE

D -- Internal Public Address System Upgrade

Notice Date
6/6/2024 12:46:56 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
W7NM USPFO ACTIVITY NVANG 152 RENO NV 89501-4494 USA
 
ZIP Code
89501-4494
 
Solicitation Number
W50S8C24QA009
 
Response Due
6/21/2024 1:00:00 PM
 
Archive Date
07/06/2024
 
Point of Contact
Alex Norris, Phone: 7757884662, Keith Trimble, Phone: 7757884662
 
E-Mail Address
alex.norris@us.af.mil, keith.trimble.1@us.af.mil
(alex.norris@us.af.mil, keith.trimble.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Amendment 0001: RFI 01 Answer set being provided to the industry, please see attachment RFI01 - PA System dated 6 June 2024._____________________________________________(i) 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 written solicitation will not be issued. FAR Part 13 procedures will be utilized.(ii) Solicitation W50S8C-24-Q-A009 is issued as a Request for Quotation (RFQ).(iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05, effective 22 May 2024, Defense Acquisition Circular effective 25 April 2024, and Army Federal Acquisition Regulation Supplement effective 04 March 2024.(iv) This RFQ is solicited as a 100% small business set-aside. The NAICS code is 334310 with a small business size standard of 750 number of employees.Purchasing Agency: 152 MSG/MSC, Nevada Air National Guard, Reno, Nevada 89502(v / vi) The 152nd Airlift Wing, Nevada Air National Guard, needs an Internal PA system to allow for central broadcasting that can reach personnel for announcements pertaining to operations and emergencies. The Internal PA System will consist of multiple main control stations (Wing Commander. CP, EOC) and sub-stations at each 152nd building. Main control stations will have the capability to reach all sub-stations, and sub-stations will only address respective buildings. Systems will consist of indoor and outdoor speakers in required areas to provide coverage. The contractor shall develop a COTS Public Address System Plan, as well as provide supplies and complete installation for the PA system, to include removal of equipment as applicable. Specific requirements are listed in the Performance Work Statement. A firm fixed price contract award is anticipated.The following line items are anticipated:Line Item; Description/QuantityItem 1: Develop a COTS Public Address System Plan, 1 JOBItem 2: Provide and/or utilize existing equipment for new Public Address System, 1 LOTItem 3: Remove unsalvageable equipment and install new Public Address System, 1 JOB(vii) Anticipated date for completion of all services is 120 days after award.(viii) The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items, applies to this acquisition.(ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, is included in this solicitation. The Government intends to award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation is most advantageous to the Government, price and other factors considered. Determination of best value will include an evaluation of price, past performance, and technical.a. Technical meaning that the government will have reasonable assurance that the proposed services are fully capable of meeting the requirements of the Performance Work Statement.b. Technical and past performance, when combined, are approximately equal to cost or price.c. Award will be made without holding discussions; however, the Government reserves the right to hold discussions if required.(x) The offeror must include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications --Commercial Items with a quote, or be currently registered in the SAM website with Representations and Certifications completed.(xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii.(xiii) The following additional agreement requirement(s) or terms and conditions determined by the contracting off icer to be necessary for this acquisition:This effort is a high priority requirement in support of the Nevada Air National Guard. Funds are not presently available to make award. Award will be made to the offeror who represents the best value to the Government as outlined in accordance with the criteria set forth within the solicitation. No contract award will be made until appropriated funds are made available.In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit its payment request electronically using Wide Area Workflow (WAWF).Service Contract Labor Standards apply. See the attached wage rates that apply to Washoe County, Nevada.All applicable provisions and clauses are attached to this solicitation.(xiv) DPAS Rating does not apply to this acquisition.(xv) Electronic copies of each quote submission shall be submitted through the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/. Quotes submitted by mail or hand-carried will not be evaluated. Quotes sent through proprietary or third party File Transfer Protocol (FTP) sites or DoD SAFE will not be retrieved. It is the responsibility of the Offeror to confirm receipt of proposals. All proposals received after the exact time specified for receipt shall be treated as late submissions and will not be considered except under facts and circumstances allowed by the Federal Acquisition Regulation (FAR). For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf.It is the Offerors responsibility to obtain written confirmation of receipt of all electronic files of the full quote by the Contracting office. In the event that the Solicitation Module is down, the alternate method for quote submission is via email to: alex.norris@us.af.mil, keith.trimble.1@us.af.mil and mckenzie.brodeur@us.af.mil ONLY. The Offeror must obtain prior approval from the Contracting Officer to use the alternate submission method. Offerors are responsible for ensuring electronic copies are virus-free and shall run an anti-virus scan before submission.Electronic copies of each submittal shall be compatible with the following software products: Adobe Acrobat Reader 11 and Microsoft Office Suite 2016. Narrative portions of the quote shall be in Adobe Acrobat portable document file (pdf) searchable text format. The Offeror shall not embed sound or video (e.g., MPEG) files into the proposal files. Electronic files shall be clearly identified for each volume, section, and item.Quotes must be received no later than the time and date indicated on this RFQ. Quotes must be provided to the primary point of contact shown with RFQ W50S8C-24-Q-A009. It is your responsibility to make sure your quote is received.Instructions to Offerors:1. Quotes in response to this solicitation MUST include:a. Complete pricing for all items/services in the Performance Work Statement.b. A description of the offerors technical capabilities relating to this requirement, to include relevant past performance information or qualifications demonstrating that capability.c. The Offerors UEI (Unique Entity Identifier) and CAGE.2. Quotes must be valid until 30 September 2024.3. All contractors shall be fully registered in the System for Award Management (SAM) at the time a quote is submitted to the government. Offerors shall ensure SAM registration is active.4. It is the interested Offerors responsibility to check Contract Opportunities on SAM.gov for updated information.(xvi) There is a non-mandatory site visit 13 June 2024 at 10:00 AM PDT at 1776 National Guard Way Reno, NV 89502. Coordination and base access will convene at the Reno Airport Cellphone waiting parking lot, by which interested vendors are expected to arrive by 9:30 AM PDT so they may be escorted on to the base. The site visit is expected to last approximately 2 hours.(xvii) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ. Include RFQ W50S8C-24-Q-A009 in the subject line. Questions not received within a reasonable time prior to the response date may not be answered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0f05f4b6fe3b47bda43660e46753fd1d/view)
 
Record
SN07088338-F 20240608/240606230118 (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.