SOLICITATION NOTICE
N -- Audio Visual equipment purchase and installation
- Notice Date
- 8/22/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Surface Deployment and Distribution Command (SDDC), ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
- ZIP Code
- 22332-5000
- Solicitation Number
- W62P4E10383100
- Response Due
- 9/12/2011
- Archive Date
- 11/11/2011
- Point of Contact
- Phil Charles, 618-220-5780
- E-Mail Address
-
Surface Deployment and Distribution Command (SDDC)
(phil.charles@us.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- 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; proposals are being requested and a written solicitation will not be issued. This requirement is local areas set aside for 100% SDVOSB concern. The applicable NAICS code is 334310; the Small Business Size Standard is 750 employees. The solicitation number is W62P4E10383100 and is issued as a request for Quotes (RFQ) for a Brand Name or Equal requirement. All Equal to items/products must be compatible with existing equipment. Onsite Survey: The Government will require on onsite survey to be performed, scheduled mutually with the contractor. There will be no more than two representatives per vendor (includes primes and subs) for the onsite survey. The duration of the onsite survey will be 1 hours. Contractor will submit questions, concerns or recommendations in writing to the contracting officer/Specialist no later than 3 business days following the site visit. This will be the only site visit offered (on 6th September From 1130-1300 at 834th Transportation MOTCO, Bldg 542, 410 Norman Ave, Concord NWSC, CA 95420-1142. POC is Steve Gutridge # 925-246-4141) Personnel Security Requirements: Contract employee's shall comply with MOTCO base access control procedures. The Terminal Pass and Identification (Pass & ID) office will conduct NCIC checks on all personnel who request access to the 834th Transportation Battalion (TB). No earlier than 48 hours prior to visit, submit employee list containing information identified in 6.1 of this SOW to the Pass & ID office. If the report is returned without derogatory remarks, the individual(s) will be granted access. The Pass & ID office is open 0800 to 1700 hours Monday thru Friday, telephone number, (925)246-4046 or 4047, POC is Ms. Florrie P. Riley. Government intends to issue a firm-fixed price award resulting from this solicitation to the responsible offeror whose offer is the Lowest Price Technically Acceptable (LPTA) conforming to the solicitation. Questions concerning this solicitation should be directed to Phil K. Charles, Contract Specialist via email @ phil.charles@us.army.mil or phil.charles@conus.army.mil with a cutoff date of 9 September 2011 NLT 3:00 PM CST. OFFER DUE DATE/LOCAL TIME: 12 September 2011, 3:00 PM CST: (All offers/Quotes will be submitted via email to Phil Charles @ phil.charles@us.army.mil or phil.charles@conus.army.mil Please see attachment for this requirement DELIVERY INFORMATION Delivery City/ZIP: Concord, CA 95420-1142 Required Delivery/Installation Date: 30 Days after award of Contract. *** Please indicate the proposed delivery date on your offer. APPLICABLE CLAUSES The following provisions and clauses apply to this acquisition (the full text of FAR and DFAR references may be accessed electronically at http://farsite.hill.af.mil/) 52.204-7, Central Contractor Registration 52.211-6, Brand Name or Equal 52.212-1, Instruction to Offerors Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items. 52.247-34, FOB Destination 252.204-7004 Alternate A- Central Contractor Registration (52.204-7) Alternate A 252.232-7010 Levies on Contract Payments (Dec 2006) 52.212-2 Evaluation Commercial Items (a) 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 shall be used to evaluate offers: (i) Technical capability of the items and service offered to meet the Government requirement; and (ii) Price. In order for the quote to be considered technically acceptable, the Government will make a determination of technical acceptability by evaluating the following: (i) Ability of the offeror to meet the schedule or timeline as stated in this solicitation (ii) The ability for the offeror to meet the minimum specifications (i.e., salient characteristics) and/or brand name or equal items provided within each item requested. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. 52.212-3 Offerors Representations and Certifications Commercial Items. The provision FAR 52.212-3 shall be returned with the quote or acknowledge that Annual Representation and certification at Online Representations and Certifications Application (ORCA) are complete. Submission of the first page of ORCA is also acceptable. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS APPLIES TO THIS ACQUISITION. THE FOLLOWING ADDITIONAL FAR CLAUSES CITED IN THIS CLAUSE ARE APPLICABLE: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 52.219-28, Post Award Small Business Program; 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 52.225-13 Restrictions on Certain Foreign Purchase; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR 2007) THE FOLLOWING ADDITIONAL DFAR CLAUSES CITED IN THE CLAUSE ARE APPLICABLE: 52.203-3 Gratuities 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001 Buy America and Balance of Payment Program; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002 Request for Equitable Adjustment 252.247-7023 ALT III Transportation of Supplies by Sea
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/19b5c7f2153a0d2a0a4f176ede73cabc)
- Place of Performance
- Address: 834TH Transportation (MOTCO) Bldg 542, 410 Norman Ave CONCORD CA
- Zip Code: 95420-1142
- Zip Code: 95420-1142
- Record
- SN02543879-W 20110824/110822235047-19b5c7f2153a0d2a0a4f176ede73cabc (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 |