SOLICITATION NOTICE
D -- Installation of Audio/Visual System
- Notice Date
- 8/28/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- USPFO for Oklahoma, 3501 Military Circle, Oklahoma City, OK 73111-4398
- ZIP Code
- 73111-4398
- Solicitation Number
- W912L6-12-T-0017
- Response Due
- 9/17/2012
- Archive Date
- 11/16/2012
- Point of Contact
- Trey Marshall, 405-228-5547
- E-Mail Address
-
USPFO for Oklahoma
(trey.marshall@ng.army.mil)
- Small Business Set-Aside
- HUBZone
- 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. 1. GENERAL INFORMATION The Oklahoma National Guard is soliciting certified HUBZone small business contractors for the equipment and installation of audio and visual systems within the OKARNG Regional Training Institute (RTI) to support formal and informal meetings and training activities, including audio and video teleconferences. The installation services are expected to begin in October 2012. The applicable NAICS code is 238210 (Electrical Contractors and Other Wiring Installation Contractors). The SBA small business size standard is $14.0M. 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; proposals are being requested and a written solicitation will not be issued. The solicitation will be available on or about August 28, 2012 and will be available for downloading by accessing the Federal Business Opportunities website (http:/www.fbo.gov). In order to view this solicitation, prospective contractors are required to self register their firm with Federal Business Opportunities (goes to http://www.fbo.gov and register under Vendor/Citizen). Amendments, if any, to the solicitation will be made available at the http:/www.fbo.gov website. Neither telephonic, mailed nor fax requests will be accepted. Registrants are responsible for the accuracy of the information on the FedBizOps Registration List. Set Aside - Any award resulting from this solicitation will be made using a cascading set-aside order of precedence as follows: In accordance with FAR Subpart 19.1305, HUBZone Set-Aside Procedures, any award under this solicitation will be made on a competitive basis first to a HUBZone business concern in accordance with FAR 19.1305. If no acceptable offers are received from HUBZone small business concerns, the HUBZone set-aside shall be withdrawn and the requirement, if still valid, shall be set aside for small business concerns, and awarded under this solicitation on a competitive basis to a small business concern if two or more acceptable proposals are received from eligible small businesses in accordance with FAR 19.502-2. If two or more acceptable offers are not received from small business concerns as outlined above, all set asides shall be withdrawn and the requirement, if still valid, shall be made under this solicitation on the basis of unrestricted full and open competition considering all offers submitted by business concerns of any size. The prime contractor must complete at least 51% of the work performed to be eligible for award. The buildings at the RTI were constructed and designed to support numerous space types primarily used for formal and informal meetings and training activities. While many of these rooms have automated and controlled visual display screens and the systems are outdated and in need of upgrades to include audio and/or video resources such as projectors, displays, speakers, and I/O control. The goal of this project is to seek the procurement, installation, and post installation support (maintenance) of the audio and visual systems required to support these activities. The contractor shall provide all materials and labor as required. Systems shall be provided in accordance with all state and local codes and upon completion of work shall be tested in accordance with the specification for final acceptance. See attached Performance Work Statement for detailed requirements. Brand names, were listed, are for purposes of illustration of example only and vendors are encouraged to quote alternate brands which comply with the speicifications called out in the Statement of Work pursuant to FAR Part 11.104. Floor plans will not be posted on FedBizOps but are available upon request. Requests for copies for floor plans must be made via email to trey.marshall@ng.army.mil. Requests must include the company's name, CAGE code, and a phone number in which the requestor can be reached. The Solicitation issue date is 28 August 2012 and will close on 17 September at 1 PM CST. Proposals, inquiries or information received after the established deadline shall not be considered for this particular acquisition. All Solicitation amendments must be acknowledged in accordance with FAR Clause 52.215-1, Instructions to Contractors-Competitive Acquisition. Failure to provide the information requested by this RFP may render the Offerror's proposal incomplete and ineligible for further consideration for award. This Solicitation does not commit the Government to pay costs incurred in preparation and submission of initial and subsequent proposals or for other costs incurred prior to award of a formal contract. The Government anticipates making an award without discussions. Each Offeror is required to be registered with the Central Contractor Registry (CCR)/System for Award Management (SAM). All references here in CCR shall include and refer to its successor system SAM. 2. SITE VISIT A site visit to walk the RTI Education Center is scheduled for Tuesday, 11 September 2012 at 1 PM CST. Location is Oklahoma Army National Guard Regional Training Institute, Education Center, 6500 North Kelley Avenue, Oklahoma City, OK. 73111-7853. 3. PROPOSAL CONTENT Each submittal shall be accompanied by a cover letter signed by the Contractor. Each item proposed to be incorporated into the project shall be clearly marked and identified in the submittals and shall be cross-referenced to the drawings and specifications so as to identify clearly the use for which it is intended. The Contractor shall review all submittals to verify field measurements and conditions and to assure accuracy, completeness and compliance with the contract requirements and shall indicate his approval on each submittal prior to submission. Contractor will provide a delivery and installation plan as part of the proposal. All variations from contract requirements shall be described in writing. Approvals by the Contracting Officer will not relieve the Contractor from responsibility for errors, omissions or noncompliance with contract requirements except where variations have been identified by the Contractor and approved by the Contracting Officer. Vendors will organize their proposals as follows: Section I: Cover Letter and Vendor Information needed for Award (POC, Contact Informaiton, Tax ID, CAGE, DUNS, Reps and Certs, SAM/ORCA, etc.) Proposal Table of Contents. Section II: CLIN and Pricing Information. For CLIN 0002, offeror is required to include a total firm fixed price as well as an itemized price list of equipment that includes at a minimum manufacturer, model, and price. See CLIN structure below. All pricing shall provided in a firm fixed price format. Section III: Installation Plan. Plan must include a listing of equipment (Manufacturer and model number) being installed per room. Listing must match the type and quantities of equipment being installed as per the statement of work. Section IV: List equipment specifications of all products being installed so that Government can evaluate whether each meets the stated requirements set forth in the solicitation. Vendor will include a component/parts list to include manufacturer and model number to include pricing Vendors will structure their CLINs as follows: CLIIN Structure 0001 Installation & Labor 0002 Materials & Equipment 4. EVALUATION CRITERIA The Government will award a firm fixed price contract to the offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. Award will be made on an all or none basis to the offeror whose proposal is determined to offer the lowest price technically acceptable (LPTA). The following factors shall be used to evaluate offers: (1) Price, and (2) Technical Capability of goods and services offered.. Offers that exceed funds availability or fail to meet minimum requirements and specifications will not be considered for award. Only one award will be made as a result of this solicitation. The following procedure will be used to evaluate proposals: Proposals will be sorted for evaluation in order of price (lowest to highest) with the lowest priced offer being evaluated first. The lowest priced proposal will be evaluated for its technical capability to meet the Government's stated requirements as per the solicitation and rated as 'Acceptable' or "Unacceptable'. To be deemed acceptable, all goods and services offered must meet or exceed the minimum requirements and specifications set forth in the solicitation and the attached statement of work. If the lowest price proposal fails to meet the technical requirements of the solicitation, it will be rated as 'Unacceptable', and the next lowest price proposal will be evaluated for its technical capability. Award will be made to the lowest priced proposal that is rated as 'Acceptable' for its technical capability to meet the Government's requirements based upon the solicitation. Transmission of a contract award 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. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there 5. QUESTIONS Questions regarding this Solicitation shall be submitted to MAJ Trey Marshall, in writing only, via e-mail to trey.marshall@ng.army.mil or via fax to 405-606-7234. Responses to questions will be posted on FebBizOps only. The deadline for submitting questions is 13 September 2013 1:00 PM CST. 6. PROPOSAL SUBMISSION Proposals are due not later than (NLT) 1:00 PM. CST on 17 September 2012. Offeror shall submit one (1) original proposal in hard copy or electronically thorugh the means authorized below. All proposals shall be prepared or formatted for standard 8.5" x 11" paper and use a legible font, which shall not be less than size 10 font. Each page shall be numbered and shall include the solicitation number (W912L6-12-T-0017). Pages shall have not less than a.5" margin on all sides. Proposals will not exceed seventy-five (75) pages excluding the vendor's representations and certifications. Proposals may be submitted by the following methods: (1)GSA e-Buy; (2)Mail or delivery by a commercial carrier to Oklahoma Army National Guard, Attn: MAJ Trey Marshall, Contract Specialist, 3501 NE Military Circle, Oklahoma City, OK 73111; (3)Hand delivery to the address provided above; or (4)E-mail to trey.marshall@ng.army.mil. ____________________________________________________________________________________ The Government anticipates making award without discussions. Therefore, offerors should submit their best and final offers to include alternate proposals. The Government reserves the right to make an award solely on initial proposals received. Offeror bears the burden of ensuring that the proposal (and any authorized amendments and samples) reach the designated office on time and should allow a reasonable time for facsimile and e-mail transmissions to be completed. All pages of the proposal must reach the office before the deadline specified in this solicitation. The vendor bears the risk of non-receipt of electronically transmitted proposal and should confirm receipt. Vendors should request tracking numbers on any mailed proposals and should submit tracking numbers to the Government to ensure timely receipt.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA34/W912L6-12-T-0017/listing.html)
- Place of Performance
- Address: USPFO for Oklahoma 3501 Military Circle, Oklahoma City OK
- Zip Code: 73111-4398
- Zip Code: 73111-4398
- Record
- SN02858314-W 20120830/120829000054-940f55e3d3bfee291a9ada68ba9b403f (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 |