SOLICITATION NOTICE
58 -- Install Audio Visual in New Ops Building - Bldg. 590
- Notice Date
- 4/10/2020 11:40:46 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- W7NB USPFO ACTIVITY LAANG 159 BELLE CHASSE NAS LA 70143-5077 USA
- ZIP Code
- 70143-5077
- Solicitation Number
- W50S7Z-20-Q-0014
- Response Due
- 5/6/2020 9:00:00 AM
- Archive Date
- 05/21/2020
- Point of Contact
- John Kattengell, Phone: 5043918369, Fax: 5043918372, Janice M Hills, Phone: 5043918370, Fax: 5043918372
- E-Mail Address
-
john.r.kattengell2.mil@mail.mil, janice.m.hills.mil@mail.mil
(john.r.kattengell2.mil@mail.mil, janice.m.hills.mil@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation W50S7Z-20-Q-0014� for� Installation of Audio Visual in Building 590 NAS-JRB New Orleans (a) An organized site visit is scheduled for Wednesday, April 22nd 2020, at 10:00 a.m. CST (1000). Accordingly, offerors or respondents are highly encouraged to inspect the site where the equipment will be installed. All attendees will wear a personally supplied face mask for the duration of the site visit. Gloves are optional. Quotes and technical specifications are due May 6th 2020 at 11:00 a.m. CST via email. (b) The day of the site visit, participants will meet at the work site: construction parking lot in front of the under-construction building 590 and Hangar 5 at 9:50 a.m. (0950) For site access and coordination see Points of Contact: MSgt Michael Frisard at (504) 391-8637 (985-789-0332) and SMSgt Dodie Currera at (504) 391-8635. Email: michael.j.frisard.mil@mail.mil and dodie.s.currera.mil@mail.mil (c) Directions & Phone for the Naval Air Station-Joint Reserve Base New Orleans Main Gate: 504-678-3827. Coordinate this access before the day of the site visit! Take I-10 toUS-90 Business West, cross the Crescent City Connection Bridge to the Westbank Expressway. Exit at Lafayette Street. Make a left turn at the traffic light. Keep straight on LA-23 (Belle Chasse Highway) and go through a tunnel. After the tunnel, stay on LA-23 for approximately 4 miles and go to Main Gate ( 400 Russell Avenue Belle Chasse, LA 70037-0027 ). NMC: New Orleans, 10 miles north Access to installation: Visitors must pick up their pass at the Installation's Main entry Gate prior to arrival you will be required to present, at the Naval Air Station-Joint Reserve Base NO Front Gate Office, the following information upon arrival and complete a background check SECNAV 5512: (1) Two Forms of Identification (i.e. Driver's License, passport) (2) Valid Vehicle Registration (3) Current Proof of Insurance (4) Car Rental Agreement (if applicable) (d) Request for Information (RFIs): After the site is walked, contractors shall email all inquiries and site visit related questions (RFI's) to SMSgt Janice Hills at janice.m.hills.mil@mail.mil & John Kattengell at john.r.kattengell2.mil@mail.mil no later than 11:00 am CST (1100) on Tuesday, 28 April 2020. 1. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. A Firm-Fixed Price (FFP) contract is being contemplated. Please see attached SOO/Description. This is a meet or exceed specification purchase. No grey market items. Award will be conducted and evaluated under the provisions of FAR Part 12 ""Acquisition of Commercial Items."" All potential vendors must be registered and active with no exclusions in Systems for Award Management (sam.gov). Payment for this contract will be made via PIEE/Wide Area Workflow (WAWF). 2. The solicitation number is W50S7Z-20-Q-0014 and is hereby issued as a request for quotation (RFQ); 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, effective 12 Nov 2019, and Defense Acquisition Circular DPN 20191010 4. This acquisition is classified as a small business set aside 5. The following line item number(s) and items, quantities, and units of measure are applicable to this acquisition: CLIN & PRS�� � DESCRIPTION�� � QTY�� �UNIT OF MEASURE 0001�� �Main Briefing Room, Bldg. 590, Room 124 - Purchase of AV Equipment and Installation�� �1�� �lot OPT 0002�� �Training and Conference Room, Bldg. 590, Room 135 - Purchase of AV Equipment and Installation�� �1�� �lot OPT 0003�� �Cat Room, Bldg. 590, Room 132 - Purchase of AV Equipment and Installation�� �1�� �lot OPT 0004�� �Break Room, Bldg. 590, Room 131A - Purchase of AV Equipment and Installation�� �1�� �lot OPT 0005�� �Break Room, Bldg. 590, Room 142 - Purchase of AV Equipment and Installation�� �1�� �lot OPT 0006�� �Conference Room, Bldg. 590, Room 140 - Purchase of AV Equipment and Installation�� �1�� �lot OPT 0007�� �Operations Desk Room, Bldg. 590, Room 101A - Purchase of AV Equipment and Installation�� �1�� �lot OPT 0008�� �Console Area Room, Bldg. 590, Room 132A - Purchase of AV Equipment and Installation�� �1�� �lot OPT 0009�� �On-site technical support � 12 hour response time�� �1�� �each OPT 0010�� �On-site technical support � 24 hour response time�� �1�� �each OPT 0011�� �On-site technical support � 48 hour response time�� �1�� �each 6. The Government is contemplating a supply contract with incidental installation� 7. This requirement is for the installation of Audio Visual equipment in 1(one) big room and (seven) 7 option rooms. There are also tech support options. Instructions to Offerors: A. Quotes must be received no later than the time and date indicated on this RFQ. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received. B. NAICS 334310 with the size standard of 750 employees B. Quotes must include the Offeror's CAGE Code or DUNS Number. C. Quotes must include delivery schedule/lead times and installation. D. Quotes must be valid until 30 June 2020. E. It is the interested Offeror's responsibility to check FedBizOpps for updated information. Therefore submit all packages the morning, or the eve, of the due date. Making sure to check for any amendments in FBO at submission cutoff date and time. F. All quotes must provide brand and model numbers of equipment and the vendor shall provide a depiction detailing how the system will be installed and set up within the specified space. G. BASIS FOR AWARD: The award will be made to the lowest priced technically acceptable proposal. Proposals will be evaluated for technical acceptability (including past performance), but will not be ranked using the non-price Factors (and Subfactors). In order for an Offeror to be considered for award, the proposal must receive an ""Acceptable"" rating in every non-price Factor. A proposal receiving a rating of ""Unacceptable"" in any non-price Factor will not be eligible for award. Additionally, any other than small business offeror must have an acceptable Small Business Subcontracting Plan to receive an award in accordance with Federal Acquisition Regulation (FAR) 19.702(a). The following evaluation factors and subfactors will be used to evaluate each proposal. Award will be made to the offeror whose proposal is most advantageous to the Government based upon an integrated assessment of the evaluation factors and subfactors described below.� Factor 1: The Technical factor is further divided into the following subfactors: a. Experience and Capability b. Installation Schedule c. Quality Control Evaluation of the offeror's proposal shall address the acceptability of the response to each subfactor as it applies to the Plans and Specifications. The proposal must convey a clear understanding of the requirement or project. The bidder or proposing company must also convey a capability to complete the project as outlined by the Government. A detailed explanation of the criteria for the evaluation is set forth in the ""Evaluation Approach"", Paragraph C of this section. During evaluations of each proposal, the Government will assign each subfactor a rating of ""Acceptable"" or ""Unacceptable"" and write a narrative evaluation reflecting the identified findings. An offer which fails to provide information in any of the specified areas may be rated Unacceptable for the Technical factor. Factor 2. Past Performance: Each offeror's past performance will be reviewed to determine relevancy and acceptability. Factor 3. Cost/Price. The resulting award will be a firm fixed price contract type. Price Reasonableness will be utilized in the evaluation of the Firm-Fixed price effort. 8. Date(s) and place(s) of delivery and acceptance and FOB point are as follows: a. Installation time (anticipated): 45 Calendar days b. Place of Performance: NAS-JRB New Orleans c. Inspection/Acceptance Terms: Destination/Destination d. Delivery Terms: FOB Destination 9. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Addendum to this provision is as follows: Offeror shall complete, and include with its submission, �20-Q-0014,� (with correct amendment acknowledgement, if applicable) �Install AV � Bldg. 590,� Bid Sheet and proposal. 10. The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. In accordance with FAR 52.212-2(a), the Government will award a contract resulting from this solicitation to the Lowest Price Technically Acceptable(LPTA) offeror whose offer conforming to the solicitation the price and other factors considered. The following factors shall be used to evaluate offers: a. Technical capability of the item/service offered to meet the Government requirement; and b. Price (evaluation of price shall be the sum of all line items, including options if applicable). c. Past Performance (the CO will Consider data available in the statistical reporting module of the Supplier Performance Risk System (SPRS) regarding the supplier's past performance history for the Federal supply class (FSC) and product or service code (PSC) of the supplies being purchased. Procedures for the use of SPRS in the evaluation of quotations or offers are provided in the SPRS User's Manual available under the references section of the website: https://www.ppirssrng.csd.disa.mil 11. Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. 12. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. 13. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. a. The Contractor shall comply with the FAR clauses in this paragraph 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: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). (5) [Reserved] (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). (10) [Reserved] (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). (ii) Alternate I (Nov 2011) of 52.219-3. (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). (ii) Alternate I (Jan 2011) of 52.219-4. (13) [Reserved] ___ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). (ii) Alternate I (Nov 2011). (iii) Alternate II (Nov 2011). (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). (ii) Alternate I (Oct 1995) of 52.219-7. (iii) Alternate II (Mar 2004) of 52.219-7. X (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d) (2) and (3)). X (17) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637 (d) (4)). (ii) Alternate I (Nov 2016) of 52.219-9. (iii) Alternate II (Nov 2016) of 52.219-9. (iv) Alternate III (Nov 2016) of 52.219-9. (v) Alternate IV (Nov 2016) of 52.219-9. (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a) (14)). X (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d) (4) (F) (i)). (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). ____ (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a) (2)). (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). _X (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). _X (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b) (35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA- Designated Items (May 2008) (42 U.S.C. 6962(c) (3) (A) (ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i) (2) (C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). (40) (i) 52.223-13, Acquisition of EPEAT� -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 (ii) Alternate I (Oct 2015) of 52.223-13. (41) (i) 52.223-14, Acquisition of EPEAT� -Registered Television (Jun 2014) (E.O.s 13423 and 13514). (ii) Alternate I (Jun 2014) of 52.223-14. (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). (43) (i) 52.223-16, Acquisition of EPEAT� -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). (ii) Alternate I (Jun 2014) of 52.223-16. _X (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). (46) 52.223-21, Foams (Jun 2016) (E.O. 13696). (47) (i) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (ii) Alternate I (Jan 2017) of 52.224-3. (48) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). (49) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110- 138, 112-41, 112-42, and 112-43). (ii) Alternate I (May 2014) of 52.225-3. (iii) Alternate II (May 2014) of 52.225-3. (iv) Alternate III (May 2014) of 52.225-3. (50) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X (51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). (56) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _X (57) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (58) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). (59) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (61) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d) (12)). (62) (i) 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). (ii) Alternate I (Apr 2003) of 52.247-64. The Contractor shall comply with the FAR clauses in this paragraph, 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: (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) _X (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). _X (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67). (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). _X (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). MORE CLAUSES/PROVISIONS: 52.204-7 ""System for Award Management"" 52.204-13 ""System for Award Management Maintenance"" 52.204-16 ""Commercial and Government Entity Code Reporting"" 52.204-17 ""Ownership or Control of Offeror"" 52.204-18 ""Commercial and Government Entity Code Maintenance"" 52.204-19 ""Incorporation by Reference of Representations and Certifications"" 52.204-22 ""Alternative Line Item Proposal"" 52.209-2 ""Prohibition on Contracting with Inverted Domestic Corporations-Representation"" 52.209-5 ""Certification Regarding Responsibility Matters"" 52.209-10 ""Prohibition on Contracting with Inverted Domestic Corporations"" 52.209-11 ""Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under and Federal Law"" 52.212-4 ""Contract Terms and Conditions - Commercial Items"" 52.225-3 ""Buy American -- Free Trade Agreements -- Israeli Trade Act. (Alternate III)"" 52.225-13 ""Restrictions on Certain Foreign Purchases"" 52.225-25 ""Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications."" 52.232-33 ""Payment by Electronic Funds Transfer - System for Award Management""� 52.232-40 ""Providing Accelerated Payments to Small Business Subcontractors."" 52.233-4 ""Applicable Law for Breach of Contract Claim"" 252.204-7008 ""Compliance With Safeguarding Covered Defense Information Controls"" 252.204-7012 ""Safeguarding Covered Defense Information and Cyber Incident Reporting"" 252.209-7999 ""Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law-Fiscal Year 2016 Appropriations"" 252.211.7003 ""Item Unique Identification and Valuation."" 252.213-7000 ""Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations"" 252.225-7036 ""Buy American-Free Trade Agreements--Balance of Payments Program--Alternate IV"" 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"" 252.246-7008 ""Sources of Electronic Parts"" 13. Additional contract requirement(s) and terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are as follows: a. Applicable clauses to the FAR and its supplements will be incorporated into the resultant contract; 14. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. 15. Date, time and place offers are due: a) See notice b) Place: e-mail (preferred) to john.r.kattengell2.mil@mail.mil and janice.m.hills.mil@mail.mil or to 159 Mission Support Contracting, 400 Russell Ave. NAS-JRB New Orleans, LA 70143, with an email notification 16. Points of Contact: MSgt Michael Frisard at (504) 391-8637 (985-578-0332) and SMSgt Dodie Currera at (504) 391-8635. Email: michael.j.frisard.mil@mail.mil and dodie.s.currera.mil@mail.mil 17. List of Attachments:� a) Attachment 1, SOO Description � �Install A/V in New Operations Group Building (bldg. 590)� � dated: March 18, 2020 b) Attachment 2, Drawing 1 c) Attachment 3, Drawing 2
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/63eaaa8f8d874fea9f8a86b5ebaa3ff0/view)
- Place of Performance
- Address: New Orleans, LA 70143, USA
- Zip Code: 70143
- Country: USA
- Zip Code: 70143
- Record
- SN05617920-F 20200412/200410230146 (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 |