SOLICITATION NOTICE
67 -- Supply and Install Audio / Video Theater Projector System with Accessories
- Notice Date
- 8/12/2020 6:00:30 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
- ZIP Code
- 10996-1514
- Solicitation Number
- W911SD11469316
- Response Due
- 8/14/2020 9:00:00 AM
- Archive Date
- 08/29/2020
- Point of Contact
- Jorge Acevedo, Phone: 8459388637
- E-Mail Address
-
jorge.l.acevedo4.civ@mail.mil
(jorge.l.acevedo4.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a Combined Synopsis / Solicitation for commercial items in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 (Streamlined Procedures for Evaluation and Solicitation for Commercial Items), and supplemented with additional information as included in this notice.� This announcement constitutes the only solicitation; a written solicitation will not be issued.� The Solicitation Number is W911SD11469316 (in support of W911SD20R0119) and it is being issued as a Request for Quotes (RFQ).� Quotes must be submitted by email only; oral offers will not be accepted.� All Contractors / Respondents must be fully registered in Beta-System for Awards Management (https://beta.sam.gov) and the Procurement Integrated Enterprise Environment (https://piee.eb.mil/piee-landing/) in order for their quote to be considered (no exceptions).� This acquisition will be processed under FAR Part 13 - Simplified Acquisition Procedures (SAP).� The Contractor is responsible for being familiar with all applicable clauses and provisions.� The solicitation documents and incorporated provisions and clauses are in effect through the attached �Clauses� pdf file and at https://www.acquisition.gov.� This solicitation is being issued as� - - 100% Small Business Set-Aside - - NAICS Code:� 334310 (Audio and Video Equipment Mfg.) - - Size Standard:� 750 employees - - Brand Name -or- Equal (I.A.W. FAR 52.211-6) � � � � � � � � � � � � � � � � � �� GENERAL REQUIREMENTS 1.� The United States Military Academy at West Point, NY has a requirement for a Contractor to supply and install a new Large Scale Video Projector System with Switching, Processing, and Control Accessories.� The items / services will only be purchased from a Contractor / vendor that is listed as 100% Small Business under NAICS Code 334310. 2.� The required items / services that are listed in the Scope of Work are to be purchased as Brand Name or Equal.� However, the Contractor shall submit complete specifications with their quotes to the Contracting Specialist so that the end-user can assess compatibility with their posted requirements (for Non-Brand Name / Equal items).� Specifications must include applicable literature, drawings, and/or pictures.� Failure to comply will be considered as �Non-Responsive�.� 3.� The Contractor shall rely on the attached Scope of Work and the Questions / Answers Document for all aspects of this project.� The items / services are to be delivered, installed, and performed at the address listed below:� ���������������United States Military Academy� ���������������Bldg. 655 / Eisenhower Hall Theater����������� ���������������655 Pitcher Road ���������������West Point, NY 10996������������������� ��� 4.� The Contractor shall ensure that the items / services needed for this project are provided and installed in accordance with the specific instructions in the Scope of Work - and - Questions / Answers Document (see attached).� The Contractor shall also comply with ALL the other requirements that are listed in the Scope of Work (see Paragraphs 5, 6, 7, 8, 10 and 14 in Scope of Work).� The Contractor shall contact the Theater Technical Director for any specific questions and instructions.� The Theater Technical Director is the Point-of-Contact and will be available during the delivery and installation-phase of the project. 5.� The Government will award a Firm-Fixed Price contract resulting from this Combined Synopsis / Solicitation to the responsible Contractor whose offer conforms to the Synopsis / Solicitation and the Scope of Work as the most advantageous to the Government (price and other factors considered).� The award shall be based on All or None and Best Value to the Government.� Best value can include but is not limited to price, delivery date, and technical capability.� 6.� This solicitation is Firm Fixed Price only.� Federal Government prefers FOB - Destination.� However, if you want payment for shipping / delivery fees, you must submit your quote as FOB Destination -and- apply the shipping fee to the cost of the main line item.� Estimated or Adjustable Shipping Fees will not be accepted and could cause your quote to be rejected for this solicitation.���� 7.� Promotional / Discount Pricing will only be accepted if the offer is available for a minimum of at least 10 business days from the date the solicitation closes (not from the date you submit your quote).� Any offers below the 10-day minimum requirement will have to be offered as Non-Promotional / Non-Discount price only. 8.� This solicitation is issued in electronic format only and is available on-line at https://beta.sam.gov/.� Vendors that use third-party websites to inquire about this solicitation or to obtain documents will not be provided guidance nor assistance.� All information / documents must be reviewed and obtained only through https://beta.sam.gov/ (Beta.Sam.gov is a free [no fee] federal government website).� 9.� All Contractors / Respondents must be fully registered in Beta-System for Awards Management (https://beta.sam.gov) and the Procurement Integrated Enterprise Environment (https://piee.eb.mil/piee-landing/) in order for your quote to be considered for this solicitation (no exceptions).� Failure to be fully registered upon selection for a contract award will be considered as �Non-Responsive�. 10.� Quotes will only be accepted if they are completed and processed as stated in Section 1, 2, 5, 6, 7, 8, 9, and 10 on this Solicitation.� The following information must be on your quote� a.� COMPANY POC (Phone# & Email Address) b.� BUSINESS SIZE (�Small� or �Large�) c.� TAX ID# � d.� DUNS#� e.� CAGE CODE f.� NAICS CODE(s) (all that apply to this solicitation) g.� SMALL BUSINESS CERTIFICATION(s) (if applicable) (i.e� 8a, WOSB, EDWOSB, HUBZone, SDVOSB, etc.) All parties that qualify for this solicitation in accordance with Section 1 above should email their questions, responses, quotes, specs, and attachments to jorge.l.acevedo4.civ@mail.mil. All questions must be received by no later than August 12, 2020 (Wednesday) @ 12:00 PM (EST). All final responses, quotes, specs, and attachments must be sent via EMAIL to jorge.l.acevedo4.civ@mail.mil by no later than August 14, 2020 (Friday) @ 12:00 PM (EST). *** SEE ATTACHED DOCUMENTS�BELOW FOR COMPLETE INFO ***
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/348b75a8688c41ac8cfb44c6a44caf33/view)
- Place of Performance
- Address: West Point, NY 10996, USA
- Zip Code: 10996
- Country: USA
- Zip Code: 10996
- Record
- SN05755315-F 20200814/200812230148 (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 |