SOLICITATION NOTICE
58 -- INSTALLATION OF AUDIO VIDEO EQUIPMENT FOR THE USAF BAND
- Notice Date
- 9/15/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018911T0528
- Response Due
- 9/23/2011
- Archive Date
- 10/8/2011
- Point of Contact
- SUSAN ROBERTS 757-443-1437
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-11-T-0528. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110725. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334220 and the Small Business Standard is 750. The proposed contract is 100% set aside for small business concerns and will be made as a Firm Fixed Price Commercial type contract. The NAVSUP Fleet Logistic Center, Norfolk requests responses from qualified sources capable of providing: The Contractor shall furnish all supervision, labor, materials, supplies; equipment, tools, transportation and other necessary technical support staff to install 4 complete audio/video systems in four rehearsal studios for the United States Air Force Band (see attached Performance Work Statement for further details and instructions). A Site Visit is scheduled for 20 September 2011 at 10:00 am. Installation schedule shall be completed by 28 September 2011 and the Period of Performance: 28 September 2011 to 30 November 2012. Location is: 201 McChord Street, Bolling Anacostia, Washington DC, 20032. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.223-18 Contractor Policy to Ban Text messaging while Driving (SEP 2010) 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.233-3 Protest after Award Additional Clauses that apply: 52.215-5 Facsimile Proposals (OCT 1997). (Fax Number: 757-443-1424) 52.247-34 FOB Destination 52.222-41 Service Contract Act of 1965(NOV 2007) 52.222-42 Statement of Equivalent Rates 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, Equipment, and Vegetation(April 1984) Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.204-7004 Alternate A, Required Central Contractor Registration. (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and 252.247-7023 Alternate III Transportation of Supplies by Sea (MAY 2002). 252.232-7010, Levies on contracts and payments 252.232-7003 Electronic Submission of Payment Requests 5252.NS-046P, Prospective Contractor Responsibility INSTRUCTIONS TO OFFERORS Section L “ Instructions, Conditions and Notices to Vendors 1. SITE VISIT: A site visit will be held prior to receipt of offers, so that all perspective contractors may view and survey the studios located at 201 McChord St, Joint Base Anacostia-Bolling, Washington, DC 20032. Due to base security requirements, failure to notify the customer point of contact (see below), for base entry by 19 September 2011 may prohibit a contractor from attending the site survey. Contractors are limited to two (2) representatives for the site survey. Date:Tuesday, September 20, 2011 Time:10:00 AM Location:201 McChord St Joint Base Anacostia-Bolling, Washington, DC 20032 Interested contractors must contact the customer point of contact, Douglas Ellison @ (202) 767-7921, email: douglas.ellison@afncr.af.mil, and the Contracting Officer Representative at: 757-443-1437, email: susan.roberts2@navy.mil no later than 3:00 p.m. on 19 September 2011 to make arrangements to attend the site visit. The contractor shall ensure compliance with all federal, DoD, AF, and Bolling AFB vehicle identification policies for contractor-owned vehicles. The contractor shall complete AF Form 75, Request for Visitor/Vehicle Pass and DD Form 1172, Application for Uniformed Services Identification Card and submit them to Security Forces, Pass and registration. Vehicle registration, proof of insurance and a valid driver ™s license shall be presented for all vehicles to be registered.When requesting access to drive on the base facilities all offerors shall be in possession of valid driver ™s license, current registration, inspection and insurance. NOTE: ADDITIONAL SITE VISITS WILL NOT BE ARRANGED FOR ANY PARTIES WHO ARRIVE AFTER THE GOVERNMENT AND THE INSPECTION PARTIES HAVE DEPARTED FROM THE VISITORS SECTION AT THE GATE. ALL PARTIES ARE STRONGLY ENCOURAGED TO BE ON TIME. NO SPECIAL ACCOMODATIONS WILL BE GRANTED TO PARTIES WHO REQUEST TO ENTER THE SITE PRIOR TO OR AFTER THE SCHEDULED SITE VISIT DATE. (End of Text). This announcement will close at 1600 EST on Friday 23 September 2011. Contact Susan C. Roberts who can be reached at 757-443-1437 or email susan.roberts2@navy.mil. Oral communications are not acceptable in response to this notice. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018911T0528/listing.html)
- Place of Performance
- Address: 201 McChord St, Joint Base Anacostia-Bolling, Washington, DC
- Zip Code: 20032
- Zip Code: 20032
- Record
- SN02577671-W 20110917/110915235148-44b2f648587448beb957415147fdb54b (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 |