Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2015 FBO #5045
SOLICITATION NOTICE

58 -- Audiovisual equipment (security cameras and cabling, etc.) - Master List of Equipment and Lots; proposed award terms and conditions

Notice Date
9/14/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
United States Holocaust Memorial Museum, Office of Finance, Department of Procurement, 100 Raoul Wallenberg Place, SW, Washington, District of Columbia, 20024-2126
 
ZIP Code
20024-2126
 
Solicitation Number
RFQ_9531-15-R-0950
 
Archive Date
10/6/2015
 
Point of Contact
Bruce A Falk, Phone: 202-314-7828, Bruce Falk, Phone: 2023147828
 
E-Mail Address
bfalk@ushmm.org, bfalk@ushmm.org
(bfalk@ushmm.org, bfalk@ushmm.org)
 
Small Business Set-Aside
N/A
 
Description
standard contract terms and conditions Master List and supporting spreadsheets (fulfillment lots) 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. The solicitation number is RFQ-9531-15-R-0950 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-83. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 1,000.00 employees. This requirement is unrestricted but only qualified offerors may submit bids. FOB Destination shall be Washington, DC 20024. Over the next three years, the United States Holocaust Memorial Museum will be upgrading and replacing its remaining security camera installation equipment (see the master list of equipment on the first page of spreadsheets included with this notice, entitled, "USHMM Camera Replacement" and hereafter referred to as the "Master List"). USHMM requires fulfillment of the complete Master List in separate lots with staggered delivery every six months over three years as described on the remaining spreadsheets included with this notice, each fully-prepriced, with Orders #1A and #1B guaranteed and the remainder (Options 1 - 4) as options exerciseable by USHMM at its discretion through December 31, 2018 and subject to availability of funds. For purposes of pricing and delivery, the Master List shall be bundled as provided on the six spreadsheets that follow to be billed on a firm, fixed price basis as delivered (NET 30 receipt and acceptance). Offerors should itemize all equipment as described, subtotaled in each of the six provided groupings: 0001 - Order #1A 0001A 0001B 0001C... etc. 0002 - Order #1B 0002A 0002B 0002C... etc. 1001 - Option 1 1001A 1001B 1001C... etc.... etc. This RFQ is for supplies only; USHMM shall be responsible for installation. Notwithstanding the foregoing, Contractor warrants that all quoted parts will be inter-compatible and capable of integration upon installation. Contractor agrees to supply the latest version of all equipment on the Master List at the time of fulfillment at the pricing originally provided. Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond but in any event not later than 5:00 PM ET, Wednesday, September 16, 2015. Questions must be submitted via e-mail to <bfalk@ushmm.org>. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** The only acceptable evidence for establishing the time of receipt at Museum shall be the USHMM time/date stamp. Offerors shall submit their FULL QUOTE in soft (electronic) copy, signed by Offeror's authorized signatory, via e-mail addressed to: <Bfalk@ushmm.org> and otherwise titled "RFQ-9531-15-R-0950 - Proposal for USHMM audiovisual security equipment." The selected Offeror must comply with FAR 52.215-1, Instructions to Offerors - Competitive Acquisition (JAN 2004), which applies to this acquisition in addition to the instructions herein. Offerors whose proposals deviate from these instructions may be disqualified at the discretion of Museum. The following FAR clauses will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34, 52.233-2 SERVICE OF PROTEST (AUG 1996), and 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998). The full text of a FAR clause may be accessed electronically at <https://www.acquisition.gov/?q=browsefar>. USHMM expressly disclaims and neither guarantees nor warrants for e-mail security, the legibility of electronic format(s), and/or the corresponding accuracy of any printed submission to its electronic version. Offeror certifies that all of its electronic submissions have been verified as free of viruses using virus-check software that is standard in the industry and current to the present calendar month and year. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.sam.gov. ORCA Requirement - Offerors certify that they have completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://www.sam.gov. After reviewing the ORCA database information, Offerors verify by submission of their proposal and incorporation in their proposal by reference as of the date of the proposal that the representations and certifications currently posted electronically have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this RFP. USHMM's award shall be made subject to the terms and conditions attached as a separate document to this announcement and otherwise as provided below. SPECIAL CLAUSE H: USE OF MUSEUM NAME H.1Contractor shall not use the name of the Museum in any news release, public announcement, advertisement, or any other form of publicity, or disclose any of the terms of this Agreement to any third party without the prior written consent of the Museum. H.2Contractor shall not use the Museum's name, trademarks, or any other language, pictures, or symbols that could, in the Museum's judgment, imply the Museum's identity or endorsement by the Museum or any of its employees in any (1) written, electronic, or oral advertising or presentation or (2) brochure, newsletter, book, electronic database, or other written material of whatever nature, without the Museum's prior written consent. H.3Inclusion of Section. Contractor shall include the terms of this Section ("Use of Museum Name") in any contracts with other parties providing services related to the performance of this Agreement, such as but not limited to subcontractors. FAR 52.216-1 TYPE OF CONTRACT (APR 1984) (Reference 16.105). The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. As stated above, inquiries, questions, and all correspondence concerning this solicitation document should be submitted via e-mail to <bfalk@ushmm.org>, referencing USHMM RFP-9531-15-R-0950. No verbal modifications will be considered. All questions must reference specific parts of the solicitation including page numbers and will only be received until Wednesday, September 16, 2015, at 5:00 PM ET. Replies will be made in writing, and distributed to all vendors via updated FBO posting. We welcome your bid!
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HMM/FM/WashingtonDC/RFQ_9531-15-R-0950/listing.html)
 
Place of Performance
Address: US Holocaust Memorial Museum, 100 Raoul Wallenberg Pl, SW, Washington, District of Columbia, 20024, United States
Zip Code: 20024
 
Record
SN03884868-W 20150916/150914235751-7defbfcb96a63c465d6c7c7e01ddef06 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.