SOLICITATION NOTICE
70 -- Installation of Audio Visual Equipment - AV Equipment Package
- Notice Date
- 7/10/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
- ZIP Code
- 20598
- Solicitation Number
- HSTS05-13-Q-AOD001
- Point of Contact
- Jose A Picon, Phone: 571-227-1128, Lisa C Hendrick, Phone: 571-227-4305
- E-Mail Address
-
jose.picon@tsa.dhs.gov, lisa.hendrick1@dhs.gov
(jose.picon@tsa.dhs.gov, lisa.hendrick1@dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Floor Plans Pricing Schedule Fulton County Wage Determination Statement of Work Terms and Conditions (i) 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. (ii) Solicitation number HSTS05-13-Q-AOD001 applies, and is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68, effective 23 JUN 13. (iv) This procurement is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) code is 238210 Electrical Contractors and Ohter Wiring Installation Contractors, Size Standard $14 million in average annual receipts. Transportation and Security Administration, Headquarters Support Branch intends to award a Firm Fixed Price Contract. (v) Line Item 0001 - Quantity (1) Lump Sum, Audio Visual Equipmen Purchase and Installation: (vi) Purchase and Installation of Audio & Visual Equipment: Audio & Visual Equipment, materials (including cabling and mounting hardware), supplies, delivery, and installation necessary to achieve a fully furnished and operational audio & visual package solution at the TSA Regional Director (RD) Atlanta Field Office, College Park, GA 30337 as described herein. The Statement of Work (SOW) provides more detailed information and it is attached. (vii) Desired Installation Date 08/14/2013 1075 Inner Loop Road, Second Floor, Atlanta, GA 30337 (FOB Destination). If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. (viii) 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (FEB 2012) 1.Parties responding to this solicitation may submit their quotation in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: a) company's complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) Cage code, d) Dun & Bradstreet number, e) Taxpayer ID number. f) Quoters shall submit price and delivery information for all items. A recent past performance including: contract number, point of contact and current phone numbers. Quoters shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications- Commercial Items with their quotation. (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). - This is a commercial item acquisition. The award will be issued using Simplied Acquisition Procedures in accordance with FAR 13. Award will be made based upon the best value to the Government. The best value will be determined by price, delivery, warranty, past performance and quality of technically acceptable terms. Quality wil be determined by the Government's knowledge of and/or experience with the offered products. (x) 52.212-3 Offeror Representations and Certifications-Commercial Items (Dec 2012) - Include a completed copy of the provision with the quotation. (xi) 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012) applies to this acquisition. (xii) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2013) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _x_ (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). _x_ (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). _x_ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). _x_ (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _x_ (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (48) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _x_ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JUL 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) (xiii) Additional terms and conditions are attached. Quoters may obtain full version of these clauses and provisions electronically at http://www.arnet.gov/far. DATA SHEETS: Quoters shall submit data or spec sheets for all proposed equipment. In addition, quoters shall submit warranty information. SITE INSPECTION: A site inspection will be held on Monday, July 15, 2013 from 10:00 am to 11:30 am. All prospective quoters should RSVP via telephone or email with Jose Picon, Contract Specialist on or before July 15, 2013 at 9:00 am. Failure on the part of the quoter to make the site inspection may result in rejection of the quoute as nonresponsive. QUESTIONS: All questions should be submitted in writing on or before 5:00 pm, EST, Monday, July 15, 2013 to Mr. Picon and Ms. Hendrick. Answers to questions will be posted as an amendment to this solicitation. (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) DUE DATE: Quotations are due on or before 3:00pm, EST, Monday, July 22, 2013. Quotations may be emailed to lisa.hendrick1@dhs.gov and Jose.Picon@dhs.gov. (xv) For information regarding this solicitation, contact Jose Picon, Contract Specialist at 571-227-1128 or jose.picon@tsa.dhs.gov and Lisa C. Hendrick, Contracting Officer at 571-227-4305 or lisa.hendrick1@dhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS05-13-Q-AOD001/listing.html)
- Place of Performance
- Address: The TSA Regional Director Atlanta Field Office, 1075 Inner Loop Road, Second Floor, Atlanta, Georgia, 30337, United States
- Zip Code: 30337
- Zip Code: 30337
- Record
- SN03111927-W 20130712/130710234845-45dad2038db7a44e83cc3466a85804c0 (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 |