SOLICITATION NOTICE
67 -- High Definition Audio/Video Equipment
- Notice Date
- 12/31/2019 11:20:43 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- FA4897 366 FAS PKP MOUNTAIN HOME AFB ID 83648 USA
- ZIP Code
- 83648
- Solicitation Number
- FA489720Q0014
- Response Due
- 1/23/2020 1:00:00 PM
- Archive Date
- 02/07/2020
- Point of Contact
- Nicholas J. DeFilippo, Phone: 2088283120, Carmela Hornbeck, Phone: 2088286477
- E-Mail Address
-
nicholas.defilippo.3@us.af.mil, carmela.hornbeck@us.af.mil
(nicholas.defilippo.3@us.af.mil, carmela.hornbeck@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) number FA489720Q0014 shall be used to reference any written quote provided under this RFQ. The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-02; Effective 12-23-2019. This is a set-aside for 100% Small Business. The North American Industry Classification System (NAICS) code for this project is 334310 with a size standard of 750 Emp. The purpose of this combined synopsis and solicitation is for the purchase, delivery and installation of High Definition Audio/Video Equipment IAW the attached Specifications Sheet (attachment 1). The bid schedule and contract line item number (CLIN) schedule are below. Note: this is not a brand name only acquisition. Item������ Description��������������������������������������������������������������������������� Qty�������� Unit������� Unit Price������������� Total Amount 0001��� VTC Technology ������������������������������������������������� ��������������� ���1�����������PR 0002��� Display Technology������������������������������������������������������������� �� 1����������� PR 0003��� Audio Technology������������������������������������������������ �������������� �� �1����������� PR 0004��� Route/Switch Technology ���������������������������������� ��������������� � ��1����������� PR 0005 ���Control Technology�������������������������������������������������������������� �� 1���������� PR 0006 ���Equipment Rack����������������������������������������������������������������������1������ ����PR 0007��� Cables and Connectors�����������������������������������������������������������1�����������PR 0008��� Installation�������������������������������������������������������������������������������1��������� � PR Ship to address:��Building 2215, Mountain Home Air Force Base, Idaho 83648 *****Notice to Vendor(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this RFQ until funds are available. The Government reserves the right to cancel this RFQ, either before or after the closing date. In the event the Government cancels this RFQ, the Government has no obligation to reimburse a vendor for any costs. ***** *The following FAR Clauses and Provisions are applicable to this solicitation:� FAR Provision 52.212-1, Instructions to Offerors � Commercial Items (Oct 2018) applies to this acquisition and the following addendum applies: Offerors� quotation shall conform to the required specifications as referenced in the CLIN structure above and as attached to this solicitation. Any offeror not conforming to the required specifications shall be deemed non-responsive and therefore ineligible for award. Any offeror providing an �or equal/equivalent� item shall specifically state how its item is an �or equal/equivalent� substitute. A site visit will be held on 16 January 2020 at 0900 Mountain Standard Time (MST). Vendors must provide the Contract Specialist and Contracting Officer listed below all individuals to be in attendance of the site visit no later than 10 January 2020 at 1400 MST. For base access procedures see attachment 2. Paragraph (a) first sentence revised as follows:� The NAICS code and small business size standard for this acquisition appear above. Paragraph (c) first sentence revised as follows:� The vendor agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the quote. RFQ due date: ��23 January 2020 RFQ due time:� 1400 MST Email to nicholas.defilippo.3@us.af.mil and carmela.hornbeck@us.af.mil or Mail to Services/Commodities Flight �366 Gunfighter Ave, Suite 2102 ��������������� �Mountain Home AF, ID 83648 THIS MUST BE SENT TO NICHOLAS.DEFILIPPO.3@US.AF.MIL AND CARMELA.HORNBECK@US.AF.MIL AS STATED BELOW, OR THE ADDRESS IF MAILING.� ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE.� YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT. Note:� .zip files are not an acceptable format for the Air Force Network and will not go through our email system. All questions regarding this RFQ must be email to nicholas.defilippo.3@us.af.mil and carmela.hornbeck@us.af.mil by 17 January 2020 at 1300 MST. Please provide the following information with your quote: Include descriptive literature such as illustrations and drawings. Company Name: ____________ DUNS Number: ____________ Cage Code: _______________ Estimated Delivery Time: ____________ Payment Terms: _________________________ Warranty:� ________________ All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award.� The Government will not provide contract financing for this acquisition.� Invoice instruction shall be provided at time of contract award. Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters.� The government however, reserves the right to conduct discussions if deemed in its best interest. (End of Provision) FAR Provision 52.212-2, Evaluation -- Commercial Items (Oct 2014), applies to this acquisition and the following evaluation is applicable:� 1. Basis for Award (a) The Government seeks to award to the responsive, responsible offeror that provides the most advantageous, best value, offer and conforms to the solicitation requirements. The offeror must be deemed as responsible in accordance with the FAR Part 9. 2. Evaluation Factors for Award This section outlines the process used to evaluate each quote. If at any point an offeror�s quote is determined non-responsive, incomplete or unacceptable the evaluation of that offeror may cease and that offeror may not be considered for award. The following factors shall be used to evaluate quotes: (i) price; ���������� ��(ii) past performance (see FAR 13.106-2(b)(3)) The evaluation process shall be conducted as follows: � Step 1. ��Responsiveness - does the offeror conform and provide all requirements outlined in the solicitation. This includes, but is not limited to, completing of FAR 52.212-3 Representations and Certifications FAR and DFARS reports in the System for Award Management (SAM) at www.beta.sam.gov. Failure to provide and/or complete all requirements may be grounds for a non-responsive determination and render the offeror ineligible for further consideration/evaluation. Interactions between the Contracting Officer and Vendor(s), after receipt of quotations that are undertaken with the intent to address any aspect of the quotation(s) may be conducted with all, some, or none of the vendors. Step 2. ��Rank all responsive quotations based upon vendor�s Total Evaluated Price (TEP) in ascending order from lowest price to highest price. Step 3. ��Evaluate lowest price vendor�s past performance until an acceptable rating is achieved. The Government may use present/past performance information obtained from sources such as other federal government offices, Past Performance Information Retrieval System/Contractor Performance Assessment Reports, private and commercial sources, or any combination thereof. Step 4. ��Make a Best-Value decision based on performance evaluation and a determination that the price is fair and reasonable. The techniques and procedures described under FAR 13.106-3 will be the primary means of assessing price reasonableness. (b) �A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. �The Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.225-18 � Place of Manufacture. As prescribed in 25.1101(f), insert the following solicitation provision: Place of Manufacture (Aug 2018) (a) Definitions. As used in this clause� �Manufactured end product� means any end product in Federal Supply Classes (FSC) 1000-9999, except� (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. �Place of manufacture� means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly� (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of provision) FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (Dec 2019), with its Alternate I (Oct 14), applies to this acquisition.� All vendors must be registered in System for Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition with the following Addendum:� Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as administrative changes (e.g., including changes in the paying office, appropriations data changes, incremental funding, etc) authorized by the Federal Regulation and its supplements that may be unilaterally by the Contracting Officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b)).� (End of Addendum) Note:� The vendor acknowledges that should the quote terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Oct 2019), additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31U.S.C.6101note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31U.S.C.6101 note). 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15U.S.C.644). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15U.S.C.632(a)(2)). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O.13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29U.S.C.793). 52.222-50, Combating Trafficking in Persons (Jan 2019) (22U.S.C.chapter78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 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). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) (31U.S.C.3332). 52.232-36, Payment by Third Party (May 2014) (31U.S.C.3332). 52.239-1, Privacy or Security Safeguards (Aug 1996) (5U.S.C.552a). (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: N/A (End of clause) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (Dec 2013) 52.204-13 System for Award Management Maintenance. (Oct 2018) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) *The following DFARS Clauses are applicable to this solicitation:� 252.247-7023 Transportation of Supplies by Sea. (Feb 2019) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. (Dec 2018) 252.232-7006 Wide Area WorkFlow Payment Instructions. (Dec 2018) 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. (Oct 2016) 252.223-7008 Prohibition of Hexavalent Chromium. (June 2013) 252.225-7001 Buy American and Balance of Payments Program. (Dec 2017) 252.232-7010 Levies on Contract Payments. (Dec 2006) *The following AFFARS clauses are applicable to this solicitation:� 5352.223-9001 Health and Safety on Government Installations 11/1/2012 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 11/1/2012 5352.201-9101 Ombudsman 6/1/2016 The full text of these (*) clauses and (*) provisions may be assessed electronically at the website: http://farsite.hill.af.mil.� NOTE:� ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT SHALL REMAIN PART OF THE CONTRACT FILE. Attachments:� 1.� Specifications Sheet dated 31 December 2019 2.� Base Access Procedures dated 31 December 2019
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ae1fc5f54c334a98b5d9ac017ec1d0b0/view)
- Place of Performance
- Address: Mountain Home AFB, ID 83648, USA
- Zip Code: 83648
- Country: USA
- Zip Code: 83648
- Record
- SN05525376-F 20200102/191231230131 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |