SOLICITATION NOTICE
59 -- Audio Visual Equipment - Package #1
- Notice Date
- 8/23/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Arizona, 5645 East McDowell Road, Phoenix, Arizona, 85008-3442
- ZIP Code
- 85008-3442
- Solicitation Number
- W912L2-18-Q-0014
- Point of Contact
- Vasile Insuratelu, Phone: 6026294403, Thomas W. McKendry, Phone: 60227672704
- E-Mail Address
-
vasile.insuratelu.mil@mail.mil, thomas.w.mckendry.mil@mail.mil
(vasile.insuratelu.mil@mail.mil, thomas.w.mckendry.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Instruction to Offerors and basis for award Brand Name Justification REQUEST FOR QUOTE: W912L2-18-Q-0014 Instructions to Offerors & Basis for Award AZ ARNG G6, Audio Visual Equipment Delivery Location: 5636 E. McDowell Road, ATTN: NGAZ-IMO-VI, Phoenix, AZ 85008-3455 1. Evaluation Factors and Methodology The Government will evaluate each quote using a Lowest Price Technically Acceptable approach. The following evaluation factors apply: Price - Please submit pricing using the RFQ W912L2-18-Q-0014 (See Attachment 1). Delivery Location: 5636 E. McDowell Road, ATTN: NGAZ-IMO-VI, Phoenix, AZ 85008-3455 Please always give your best and final pricing; you may not be given an opportunity to adjust your quote. Technical Capability - Overall ability to provide all of the required audio visual equipment and accessories listed on the attachment entitled "REQUEST FOR QUOTE: W912L2-18-Q-0014". Quotes shall include sufficient written information to demonstrate the capability to provide all of the equipment and accessories. Although a single award is preferred, the Arizona National Guard purchasing and contracting office reserves the right to make multiple awards if it is in the best interest of the Government. Quote must include company's address, CAGE CODE, and Tax Id Number as proof of active registration with the System for Award Management http://www.sam.gov/. 2. Basis for Award The Government intends to award a single firm fixed price contract to satisfy this requirement. Award will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors (i.e., Technical Capability). Award may not be made to an offeror who fails to meet minimum technical requirements outlined in the combined synopsis solicitation. Although a single award is preferred, the Arizona National Guard purchasing and contracting office reserves the right to make multiple awards if it is in the best interest of the Government. 3. Discussions The Government intends to award without discussions with offerors (except communications conducted for the purposes of clarification). Consequently, each offer should be submitted on the most favorable terms that the offering firm is able to submit to the Government. The Government reserves the right to conduct discussions if they are later determined by the Contracting Officer to be necessary. 4. All items must be Trade Agreement Act compliant. 5. Questions Questions shall be submitted to vasile.insuratelu.mil@mail.mil and james.p.cole.mil@mail.mil. All questions shall be submitted no later than August 28, 2018 by 5:00 PM Pacific Time and by close of business on August 30, 2017 all questions will be answered via Fed Biz Opps. 6. Quote Due Date All quotes are due by 05 September, 2018 at 5:00 PM Pacific Time. We anticipate issuing an award on or before September 20, 2018 if at all possible, but request that the quote remain valid through September 30, 2018. 7. Applicable Provisions and Clauses Number Abbreviated Title 52.203-3 Gratuities 52.203-6 Alt. I Restrictions on Subcontractor Sales to the Government - Alternate I 52.204-4 Printed or Copied - Double Sided on Post Consumer Fiber Content paper 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.209-6 Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-6 Brand Name or Equal 52.212-1 Instruction to Offerors - Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 Offeror Representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.214-22 Evaluation of Bids for Multiple Awards; 52.214-22 -- Evaluation of Bids for Multiple Awards. As prescribed in 14.201-6(q), insert the following provision: Evaluation of Bids for Multiple Awards (Mar 1990) In addition to other factors, bids will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (multiple awards). It is assumed, for the purpose of evaluating bids, that $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation, and individual awards will be for the items or combinations of items that result in the lowest aggregate cost to the Government, including the assumed administrative costs. (End of Provision) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8 Utilization of Small Business Concerns 52.219-28 Post-Award Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.233-2 Service of Protest 52.222-35 Equal Opportunity for Veterans; 52.222-35 -- Equal Opportunity for Veterans. As prescribed in 22.1310(a)(1), insert the following clause: Equal Opportunity for Veterans (Oct 2015) (a) Definitions. As used in this clause-- "Active duty wartime or campaign badge veteran," "Armed Forces service medal veteran," "disabled veteran," "protected veteran," "qualified disabled veteran,' and "recently separated veteran" have the meanings given at FAR 22.1301. (b) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60-300.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified protected veterans, and requires affirmative action by the Contractor to employ and advance in employment qualified protected veterans. (c) Subcontracts. The Contractor shall insert the terms of this clause in subcontracts of $150,000 or more unless exempted by rules, regulations, or orders of the Secretary of Labor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate of identify properly the parties and their undertakings. (End of Clause) 52.222-36 Equal Opportunity for Workers with Disabilities; 52.222-36 - Equal Opportunity for Workers With Disabilities. As prescribed in 22.1408(a), insert the following clause: Equal Opportunity for Workers With Disabilities (Jul 2014) (a) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60.741.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified individuals on the basis of disability, and requires affirmative action by the Contractor to employ and advance in employment qualified individuals with disabilities. (b) Subcontracts. The Contractor shall include the terms of this clause in every subcontract or purchase order in excess of $15,000 unless exempted by rules, regulations, or orders of the Secretary, so that such provisions will be binding upon each subcontractor or vendor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs of the U.S. Department of Labor, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate to identify properly the parties and their undertakings. (End of Clause) 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50 Combating Trafficking in Persons 52.223-15 Energy Efficiency in Energy Consuming Products 52.223-18 Encouraging Contactor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - System for Award Management 52.232-40 Providing Accelerated Payment to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Brach of Contract Claim 52.252-2 Clauses Incorporated by Reference (Please Visit http://farsite.hill.af.mil ) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7996 (DEV) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.211-7008 Use of Government-Assigned Serial Numbers 252.213-7000 Notice to prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations 252.215-7007 Notice of Intent to Resolicit 252.215-7008 Only One Offer 252.222-7007 Representation Regarding Combating Trafficking in Persons 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American - Balance of Payments Program Certificate; 252.225-7000 Buy American--Balance of Payments Program Certificate. Basic. As prescribed in 225.1101(1) and (1)(i), use the following provision: BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014) (a) Definitions. "Commercially available off-the-shelf (COTS) item," "component," "domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States," as used in this provision, have the meanings given in the Buy American and Balance of Payments Program-Basic clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American and Balance of Payments Program-Basic clause of this solicitation, the offeror certifies that- (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of "domestic end product": Line Item Number Country of Origin (If known) (End of provision) 252.225-7001 Buy American and Balance of Payments Program Certificate 252.225-7012 Preference for Certain Domestic Commodities 252.225-7020 Trade Agreements Certificate; 252.225-7020 Trade Agreements Certificate. Basic. As prescribed in 225.1101(5) and (5)(i), use the following provision: TRADE AGREEMENTS CERTIFICATE-BASIC (NOV 2014) (a) Definitions. "Designated country end product," "nondesignated country end product," "qualifying country end product," and "U.S.-made end product" as used in this provision have the meanings given in the Trade Agreements-Basic clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will consider only offers of end products that are U.S.-made, qualifying country, or designated country end products unless- (i) There are no offers of such end products; (ii) The offers of such end products are insufficient to fulfill the Government's requirements; or (iii) A national interest waiver has been granted. (c) Certification and identification of country of origin. (1) For all line items subject to the Trade Agreements-Basic clause of this solicitation, the offeror certifies that each end product to be delivered under this contract, except those listed in paragraph (c)(2) of this provision, is a U.S.-made, qualifying country, or designated country end product. (2) The following supplies are other nondesignated country end products: (Line Item Number) (Country of Origin) (End of provision) 252.225-7021 Trade Agreements 252.225-7031 Secondary Arab Boycott of Israel 252.225-7035 Buy American - Free Trade Agreements - Balance of Payments Program Certificate; 252.225-7035 Buy American--Free Trade Agreements--Balance of Payments Program Certificate. Basic. As prescribed in 225.1101(9) and (9)(i), use the following provision: BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014) (a) Definitions. "Bahrainian end product," "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "foreign end product," "Moroccan end product," "Panamanian end product," "Peruvian end product," "qualifying country end product," and "United States," as used in this provision, have the meanings given in the Buy American-Free Trade Agreements-Balance of Payments Program-Basic clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) For line items subject to the Buy American-Free Trade Agreements-Balance of Payments Program-Basic clause of this solicitation, will evaluate offers of qualifying country end products or Free Trade Agreement country end products other than Bahrainian end products, Moroccan end products, Panamanian end products, or Peruvian end products without regard to the restrictions of the Buy American or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American-Free Trade Agreements-Balance of Payments Program-Basic clause of this solicitation, the offeror certifies that- (i) Each end product, except the end products listed in paragraph (c)(2) of this provision, is a domestic end product; and (ii) Components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror shall identify all end products that are not domestic end products. (i) The offeror certifies that the following supplies are qualifying country (except Australian or Canadian) end products: (Line Item Number) (Country of Origin) (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products other than Bahrainian end products, Moroccan end products, Panamanian end products, or Peruvian end products: (Line Item Number) (Country of Origin) (iii) The following supplies are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of "domestic end product": (Line Item Number) (Country of Origin (If known)) (End of provision) 252.225-7036 Buy American - Free Trade Agreements - Balance of Payments Program Certificate 252.225-7048 Export-Controlled Items 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Work Flow Payment Instructions (Will be provided in Full Text at the Time of Award) 252.232-7010 Levies on Contract Payments 252.243-7002 Request for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items 252.247-7022 Representation of Extent of Transportation by Sea; As prescribed in 247.574(a), use the following provision: REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992) (a) The Offeror shall indicate by checking the appropriate blank in paragraph (b) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (b) Representation. The Offeror represents that it- _____ Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. _____ Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (c) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense FAR Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of provision) 252.247-7023 Transportation of Supplies by Sea Note: - RFQ see Attachment 1. - Brand Name Justification see Attachment 2.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02/W912L2-18-Q-0014/listing.html)
- Place of Performance
- Address: 5636 E McDowell Road, Phoenix, Arizona, 85008, United States
- Zip Code: 85008
- Zip Code: 85008
- Record
- SN05053394-W 20180825/180823231623-9268f9fe548a3d33ecfd43bee596f18b (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 |