SOLICITATION NOTICE
77 -- Audio Visual Upgrades for 154th RTI - A-V docs
- Notice Date
- 9/7/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Mississippi, 144 Military Drive, JACKSON, Mississippi, 39208-8860
- ZIP Code
- 39208-8860
- Solicitation Number
- W9127Q18R0056
- Archive Date
- 9/30/2018
- Point of Contact
- David A. Oglesby, Phone: 6013131636, Angela Ellis, Phone: 6013131556
- E-Mail Address
-
david.a.oglesby.civ@mail.mil, angela.d.ellis12.mil@mail.mil
(david.a.oglesby.civ@mail.mil, angela.d.ellis12.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Proposal Form Statement of Objectives This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals with open market pricing are being requested and a written solicitation will not be issued. Solicitation number W9127Q-18-R-0056 is being issued as a Request for Proposal (RFP) using Simplified Acquisition Procedures. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-100 effective 22 August 2018 and the Defense FAR Supplement (DFARS) Publication Notice 20180824 dated 24 August 2018. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This solicitation is set-aside 100% for Small Business and is restricted to small businesses only in accordance with FAR 19.502-2(a). The North American Industrial Classification System (NAICS) Code is 334310 with a Small Business Size Standard of 750 employees. The United States Property and Fiscal Office for Mississippi, Purchasing & Contracting Division, Flowood, Mississippi intends to issue a firm fixed price contract. See Statement of Objectives and Proposal Form for full project description and CLIN descriptions. SITE VISIT A site visit will be held at 9:00 am on Tuesday, September 11, 2018 at the 154th RTI Auditorium, Building 3577, Camp Shelby, Mississippi. Scope: Camp Shelby Joint Forces Training Center (CSJFTC), 154th Regional Training Institute (RTI) is requesting installation of audio visual equipment for two classrooms located in Building 3215, Officer Candidate School (OCS) Classroom Building. The contractor shall provide all labor, materials, supervision, equipment, methods, and devices necessary to provide, install, and integrate Audio Video System capable of displaying audio and video sources onto TVs and audio through celling mounted speakers as described below and as defined in the Statement of Objectives and from the site visit. CLIN 0001 Building 3215, Classroom 1 (#104) 1 EA Provide, Install and Integrate: 3 each 75" LED Displays with Mounts; 8 each In-Ceiling Speakers; Equipment Rack; Hardware; Control system; Cable; Cable raceway; Panduit; and/or Conduit as per specifications in the above referenced building. CLIN 0002 Building 3215, Classroom 2 (#108) 1 EA Provide, Install and Integrate: 3 each, 75" LED Displays with Mounts, In-Ceiling Speakers, Equipment Rack, Hardware, Control system, Cable, Cable raceway, Panduit, and/or Conduit as per specifications in the above referenced building. MUST MEET OR EXCEED THE ATTACHED SPECIFICATIONS. Place of Performance: Camp Shelby Joint Forces Training Center Building 3521, OCS Classroom Building Camp Shelby, Mississippi Period of Performance: 60 Days After receipt of Award Proposal Submission: This announcement is the solicitation which will result in a firm fixed price contract. Proposals must be submitted on the attached "PROPOSAL FORM" and include itemized price and product information on contractor form or letterhead. Vendor is asked to email notification to Mr. Oglesby should proposal be posted in FedBizOps. Only one copy is necessary if proposal is hand delivered or mailed; electronic submission is acceptable. All Offers are due by September 19, 2018 NLT 10:00 AM (CST) Send emails to: david.a.oglesby.civ@mail.mil Hand Deliver Proposals to: USPFO-MS P&C, Attn: David Oglesby 144 Military Drive, Flowood MS 39232-8861 Questions and Answers: All questions and answers must be in writing. Email questions to david.a.oglesby.civ@mail.mil. Questions must be received NLT three workdays prior to closing. Answers will be provided with questions, on a non-attribution basis to all eligible contractors. SUBMISSION REQUIREMENTS: • Vendors must submit company information with their quote to include: Point of Contact (POC), POC phone number, POC email address, company CAGE Code, company DUNS number, and company Tax Identification number. • Vendors must submit the Representations and Certifications with their quote only if they differ from, or have not been completed within, their System for Award Management (SAM) profile. • Vendors must have an active registration in System for Award Management (SAM) to be eligible for contract award. Include all applicable fees, including delivery (prepay & add is not acceptable); warranty information; setup and training; and estimated delivery time, if different than requested. OPEN MARKET PRICING IS REQUESTED. Basis of Award: Basis for award is low price that meets the minimum requirements. A fixed price contract will be awarded to the responsible offeror whose proposal conforms to the solicitation and is considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFP. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at https://www.acquisition.gov/. Quotes must be for items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. SAM is a mandatory requirement for all DoD Government contracts. Interested parties must be registered and have an active status in order to be eligible for award of a contract. To register on line go to http://www.sam.gov/. The following FAR provisions and clauses apply: 52.204-22 Alternative Line Item Proposal 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors-Commercial Items (DEVIATION 2018-O0013) 52.212-3, Offeror Representations and Certifications-Commercial Items--Alternate I 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 (DEVIATION 2013-O0019) 52.223-14, Acquisition of EPEAT® -Registered Televisions 52.228-5, Insurance - Work on a Government Installation 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.252-2, Clauses Incorporated by Reference Applicable FAR Clauses cited within 52.212-5 are as follows: 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small 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 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies 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 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim The following DFARS provisions and clauses apply: 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 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003, Item Unique Identification and Valuation 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.225-7000, Buy American--Balance of Payments Program Certificate-Basic 252.225-7001, Buy American and Balance of Payments Program 252.225-7031, Secondary Arab Boycott of Israel 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area WorkFlow Payment Instructions 252.232-7010, Levies on Contract Payments 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea Full text of these provisions may be accessed on-line at https://www.acquisition.gov and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/. ATTACHMENTS: • Statement of Objectives • Proposal Form Worksheet
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q18R0056/listing.html)
- Place of Performance
- Address: Camp Shelby Joint Forces Training Center, Building 3521, OCS Classroom Building, Camp Shelby, Mississippi, 39407, United States
- Zip Code: 39407
- Zip Code: 39407
- Record
- SN05078293-W 20180909/180907230949-87d4c7def338c616a19ddc4cc30147c8 (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 |