SOLICITATION NOTICE
59 -- Movement of display and supporting media wiring (electrical, vga, coax, ISDN, etc.) in 45 meeting rooms and offices. Location Aberdeen Proving Ground, MD.
- Notice Date
- 9/22/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- US Army ATEC Contracting Activity, ATTN: CSTE-CA, P.O. Box Y, Fort Hood, TX 76544-0770
- ZIP Code
- 76544-0770
- Solicitation Number
- W9115U11T0016
- Response Due
- 10/6/2011
- Archive Date
- 12/5/2011
- Point of Contact
- Theodore Panknin, (254) 288-9532
- E-Mail Address
-
US Army ATEC Contracting Activity
(theodore.panknin@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 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; request for quotations (RFQ) are being requested and a written solicitation will not be issued. The solicitation number W9115U-11-T-0016 is issued as a RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53, effective August 04, 2011. This requirement is set aside for 100% SDVOSB concern. The associated North American Industrial Classification System (NAICS) code is 517110 Wired Telecommunications with a size standard of 1,500 employees. The following is a contract line item number and quantities that meet the needs of the government: Display Wiring Re-orientation CLIN0001: Movement of Video Displays, 45 each. Movement of display and supporting media wiring (electrical, vga, coax, ISDN, etc.) in 45 meeting rooms and offices. Supporting media connections are available in each room, i.e. no new "pulls". However, additional cabling, plates, connectors, etc. may be required to support the relocation of the video displays. Finished room must meet all applicable federal, state and local codes. Period of performance: 19 October 2011- 22 November 2011. Delivery: USATEC, 2202 Aberdeen Boulevard, Aberdeen Proving Ground, MD 21005-5001. Statement of Work: US ATEC HQ has been relocated to Aberdeen Proving Ground MD. As a result, in the rooms identified, the wall mounted displays must be removed and remounted on the wall to meet office requirements. Also required is the realignment of the electrical outlet, Internet connection (cat 6), VGA access (PC/laptop display), ISDN (VTC), Coax (cable TV), to access to the wall mounted display with the least amount of cables and outlets visible or cables trailing on the walls or floors. The existing connections are already available in the designated offices and meeting rooms, i.e. no additional capabilities will need to be made available in any of the offices or meeting rooms. All the equipment; displays and wall mounts exist. Only incidental support items will need to be provided by the contract awardee, i.e. various cables, faceplates, cable terminators, etc. This is not an inclusive list, but an example of the materials that will need to be provided to complete the requirements. Below is a summary of estimated work required within each room. NOTE: Not all rooms have all the connections identified below -Mount monitor to appropriate wall -Relocate ISDN connection behind the monitor (will not require additional cable) -Relocate VGA connection behind the monitor -Relocate COAX behind the monitor (will not require additional cable) -Relocate power (electricity) behind the monitor -Run VGA connection to Laptop access point from Monitor -Run internet connection to Laptop access point -Test monitor connections (capabilities) -Wall repair and clean-up The support is to be performed on site at Building 2202, Aberdeen Proving Ground MD 21005 during business hours of 9:00am to 5:00 pm. The scheduling of rooms will be coordinated with the room's occupant, and will be arranged by the Government POC based on the contract awardees estimated time to complete the effort. Vendors will provide their quote on a by room basis. The Government reserves the right to award all or a lessor number of rooms based on final determination of actual requirements. Onsite Survey: The Government conduct an on onsite survey of the rooms on 28 September 2011 at 10:00AM EST. The duration of the onsite survey will be approx. 1 hour (10:00-11:00 AM EST). There will be no more than two representatives per vendor (includes primes and subs). It is important to attend the site visit to familiarize industry of the room layouts and customer needs. Contractor may ask questions during site visit; however, ALL questions, concerns or recommendations need to be submitted in writing to the Contracting Officer/Specialist no later than 1 business day following the site survey. After 5:00 PM EST 29 September 2011, no questions, concerns or recommendation will be accepted. There will be no make-up site survey. This will be the only site survey offered at address: USATEC, 2202 Aberdeen Boulevard, Aberdeen Proving Ground, MD 21005-5001. Contractor will need to RSVP for the site visit via telephone directly by contacting Ms. Suzanne Kimball, 443-861-9325 no later than 27 September 2011 at 11:00AM EST. Failure to RSVP will preclude industry representatives attending the site survey. Visitors will need to enter the Post through the RT 715 visitors entrance. The visitors will need to request a pass at the gate ahead of time before 10:00 AM EST on the day of the site survey (28 September 2011). Industry representatives will then proceed to the ATEC Headquarters building and report to the Atrium desk. The contractor must be registered in Central Contractor Registration (CCR) database in order receive an award. The CCR website address is http://www.ccr.gov. The following Federal Acquisition Regulation (FAR) its supplements DFAR provisions and clauses are applicable to this procurement: IAW 52.252-1 Solicitation Provisions Incorporated by Reference and 52.252-2 Clauses Incorporated by Reference, complete descriptions of the provisions and clauses referenced below in this synopsis/solicitation may be viewed at http://farsite.hill.af.mil. 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this RFQ. The offeror must have completed their registration of their Representations and Certifications on-line at http://orca.bpn.gov/. 52.204-7, Central Contractor Registration APRIL 2008. All contractors must be registered with the Central Contractor Registration, located at http://www.ccr.gov. 52.203-6 Restrictions on Subcontractor Sales to the Government SEP 2006 52.212-1, Instructions to Offerors - Commercial Items JUN 2008 52.212-4, Contract Terms and Conditions--Commercial Items FEB 2007 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items SEP 2009, to include the following: 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 - 52.222-50, Combating Trafficking in Persons AUG 2007 - 52.233-3, Protest After Award AUG 1996 - 52.233-4, Applicable Law for Breach of Contract Claim OCT 2004 (Also included by reference within 52.212-5 are the following): - 52.222-3, Convict Labor JUN 2003 - 52.222-19, Child Labor Cooperation with Authorities and Remedies FEB 2008 - 52.222-21, Prohibition of Segregated Facilities FEB 1999 - 52.222-26, Equal Opportunity MAR 2007 - 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans SEP 2006 (38 U.S.C. 4212). - 52.222-36, Affirmative Action for Workers with Disabilities JUN 1998 (29 U.S.C. 793). - 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans SEP 2006 (38 U.S.C. 4212). 52.223-5, Pollution Prevention 52.223-7006, Hazardous Material Storage and Disposal 52.225-13, Restrictions on Certain Foreign Purchases JUN 2008 52.232-18, Availability of Funds APR 1984 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.243-1, Changes - Fixed-Price AUG 1987 252.203-7002, Whistleblower Rights 252.204-7004, Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2997 252.211-7000, Item Identification and Valuation AUG 2008 252.212-7000, Offeror Representations and Certifications - Commercial Items JUN 2005 252.212-7001, (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 52.203-3 Gratuities 252.225-7000, Buy American Act Balance of Payments Program Certificate JUN 2005 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments DEC 2006 252.246-7000, Material Inspection and Receiving Report 252.247-7023, Transportation of Supplies by Sea MAY 2002 Government intends to issue a firm-fixed price award resulting from this solicitation to the responsible offeror whose offer is the Lowest Price. All quotations shall be marked with #W9115U-11-T-0016. The Government is not responsible for locating or securing any information, which is not identified in the RFQ. The award is FOB, destination and quote shall include all fees, including shipping or freight costs. Failure to comply with the above instructions or terms may result in the quote being determined as non-responsive. Quotes shall be shall be submitted via email to amsca.atec@us.army.mil and received by the ATEC Mission Support Contracting Activity (AMSCA) by 4:00 pm CST on October 06, 2011. Any questions or comments regarding this solicitation will be either submitted via email to amsca.atec@us.army.mil and identified with solicitation number W9115U-11-T-0016 and shall be received no later than 4:00 pm CST 29 September 2011. Only questions submitted in writing will be answered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/TECOM/DATM01/W9115U11T0016/listing.html)
- Place of Performance
- Address: US Army Test and Evaluation Command Headquarters 2202 Aberdeen Boulevard Aberdeen Proving Gro MD
- Zip Code: 21005-5001
- Record
- SN02588003-W 20110924/110922235135-8c9ec918202d33c5e95f5f21a36abe48 (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 |