SOLICITATION NOTICE
58 -- NPTU ECC Displays
- Notice Date
- 9/1/2020 2:30:34 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
- ZIP Code
- 29404-5021
- Solicitation Number
- N5046720RCBG838
- Response Due
- 9/8/2020 11:00:00 PM
- Archive Date
- 09/24/2020
- Point of Contact
- A1C Thomas D. Hembree, Phone: 8439633310, SSgt Ryan M. Smith, Phone: 8439634516
- E-Mail Address
-
Thomas.Hembree@us.af.mil, ryan.smith.108@us.af.mil
(Thomas.Hembree@us.af.mil, ryan.smith.108@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- REQUEST FOR QUOTATION (RFQ) ECC Displays N5046720RCBG838 The 628th Contracting Squadron is soliciting quotations on the item(s) listed below.� Please complete this form and submit your offer to: Attn:� A1C Thomas Hembree Tel No:� (843) 963-3310 E-mail: Thomas.Hembree@us.af.mil ITEM # SUPPLIES/SERVICES MAXIMUM ESTIMATED QTY U/I Unit Price Extended Amount 0001 PN-L851H 85"" UHD 4K BUSINESS CLASS AQUOS BOARD INTERACTIVE DISPLAY; 3 YR MANUF WARRANTY; 3 YR ONSITE Or Equal 4 EA $___________ $__________ 0002 SF680 FLAT WALL MOUNT FOR 85"" DISPLAY 4 EA $___________ $__________ 0003 PN-L651H 65"" UHD 4K BUSINESS CLASS AQUOS BOARD INTERACTIVE DISPLAY; 3 YR MANUF WARRANTY; 3 YR ONSITE Or Equal 1 EA $___________ $___________ 0004 SF660 FLAT WALL MOUNT FOR 65"" DISPLAY 1 EA $___________ $___________ 0005 RX30 3 INPUT POWER DISTRO W/SURGE SUPPRESSION Or Equal 5 EA $___________ $___________ 0006 Installation and Shipping 1 EA $___________ $___________ RFQ Responses Due: �09 Sept 2020, no later than 2:00 PM EST�������� Set-aside: Small Business NAICS: 334310���������������� � ������������ Size Standard: 1,250 Employees Vendor Name:�������������� _______________________________________________________________________�� Address:� ____________________________________________________________________________ Phone____________________________________��� Fax: ��_________________________________ Quoted by:� ______________________________����� Title:� _________________________________ Delivery Date: ____________________________���� Warranty: ______________________________ Cage Code: _______________________________��� Duns: _________________________________ Tax ID: __________________________________��������� E-mail: ________________________________ Business Size:���� ___________________��� ________������������ Discount Terms: _________________________ FOB:���������������������������������������������� ��������������������������������� �������������� Period of Performance: _ GSA Schedule #:___________________________��� Date Quoted: ____________________________ Specifications I.���� OBJECTIVE: The objective of these specifications is to meet the requirement that NPTU on Joint Base Charleston has requested. II.�� REQUIREMENT SPECIFICATIONS These ECC Displays are planned to be replacement/upgrade of equipment in the Emergency Control Center PN-L851H�������� (4) 85"" UHD 4K BUSINESS CLASS AQUOS BOARD INTERACTIVE DISPLAY; 3 YR MANUF WARRANTY; 3 YR ONSITE Or Equal SF680� (4) FLAT WALL MOUNT FOR 85"" DISPLAY PN-L651H�������� (1) 65"" UHD 4K BUSINESS CLASS AQUOS BOARD INTERACTIVE DISPLAY; 3 YR MANUF WARRANTY; 3 YR ONSITE Or Equal SF660� (1) FLAT WALL MOUNT FOR 65"" DISPLAY RX30�� (5)3 INPUT POWER DISTRO W/SURGE SUPPRESSION TO INCLUDE INSTALLATION AND SHIPPING FOR ALL OR Equal. COmbined Synopsis/Solicitation for Commercial ITEMS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation.� Proposals are requested and a written solicitation will not be issued. The synopsis/solicitation reference number is N5046720RCBG838 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination synopsis/solicitation that will be used to submit quotes. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2020-07, Effective 31 August 2020. This acquisition is 100% small business set-aside under NAICS code 334310 with a size standard of 1,250 employees. Contractor shall submit a quote for four (4) 85"" UHD 4K BUSINESS CLASS AQUOS BOARD INTERACTIVE DISPLAY; 3 YR MANUF WARRANTY; 3 YR ONSITE. Four (4) FLAT WALL MOUNT FOR 85"" DISPLAY. One (1) 65"" UHD 4K BUSINESS CLASS AQUOS BOARD INTERACTIVE DISPLAY; 3 YR MANUF WARRANTY; 3 YR ONSITE. One (1) FLAT WALL MOUNT FOR 65"" DISPLAY. Five (5)3 INPUT POWER DISTRO W/SURGE SUPPRESSION, ALL TO INCLUDE INSTALLATION AND SHIPPING OR EQUAL. Please see attached Request for Quote (RFQ) document for specific items and quantities, as well as the requirement specifications under section II. �The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-2, Evaluation - Commercial Items The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: Price. The Government will evaluate the total price of the offer for award purposes. Technical capability of the item offered to meet the Government requirement. The Government will award a contract to the lowest priced technically acceptable offer. FAR 52.212-3 Offeror Representations and Certifications � Commercial Items All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management� http://www.sam.gov. The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items (DEVIATION), applies to this acquisition.�� 52.204-24�Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. As prescribed in�4.2105(a), insert the following provision: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment�(Aug 2020) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it �does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument� in the provision at�52.204-26, Covered Telecommunications Equipment or Services�Representation, or in paragraph (v) of the provision at�52.212-3, Offeror Representations and Certifications-Commercial Items. ������(a)�Definitions.�As used in this provision� ������Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component�have the meanings provided in the clause�52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ������(b)�Prohibition. (1)�Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to� ����������������(i)�Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or ����������������(ii)�Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. �����������(2)�Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to� ����������������(i)�Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or ����������������(ii)�Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. ������(c)�Procedures.�The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services�. ������(d)�Representation.�The Offeror represents that� �����������(1)�It�?�will,�?�will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds �will� in paragraph (d)(1) of this section; and �����������(2)�After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that� ����������It�?�does,�?�does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds �does� in paragraph (d)(2) of this section. ������(e)�Disclosures.� (1)�Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded �will� in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: ����������������(i)�For covered equipment� ���������������������(A)�The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); ���������������������(B)�A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and ���������������������(C)�Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. ����������������(ii)�For covered services� ���������������������(A)�If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or ���������������������(B)�If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. �����������(2)�Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded �does� in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: ����������������(i)�For covered equipment� ���������������������(A)�The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); ���������������������(B)�A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and ���������������������(C)�Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. ����������������(ii)�For covered services� ���������������������(A)�If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or ���������������������(B)�If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. 52.204-26�Covered Telecommunications Equipment or Services-Representation. As prescribed in�4.2105(c), insert the following provision: Covered Telecommunications Equipment or Services-Representation (Dec�2019) ������(a)�Definitions.�As used in this provision, �covered telecommunications equipment or services� has the meaning provided in the clause�52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ������(b)�Procedures.�The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services�. ������(c)�Representation.�The Offeror represents that it�?�does,�?�does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. 52.211-6 -- Brand Name or Equal Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as �brand name or equal,� the purchase description reflects the characteristics and level of quality that will satisfy the Government�s needs. The salient physical, functional, or performance characteristics that �equal� products must meet are specified in the solicitation. (b) To be considered for award, offers of �equal� products, including �equal� products of the brand name manufacturer, must� (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by� (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate �equal� products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an �equal� product, the offeror shall provide the brand name product referenced in the solicitation. FAR 52.209-10 � Prohibition on Contracting With Inverted Domestic Corporations FAR 52.222-21 -- Prohibition of Segregated Facilities. FAR 52.222-50 -- Combating Trafficking in Persons. FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. FAR 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (xii) The following additional clauses are applicable to this procurement (not all inclusive): FAR 52.211-17, Delivery of Excess Quantities FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-7, System for Award Management FAR 52.204-7 Alt 1, System for Award Management � Alternate 1 FAR 52.204�23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab or Other Covered Entities FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) FAR 52.233-3, Protest After Award. FAR 52.253-1, Computer Generated Forms DFARS 252.204-7004, Alternate A. System for Award Management DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports�� (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.246-7000, Material Inspection and Receiving Report� AFFARS 5352.201-9101 Ombudsman 5352.201-9101 OMBUDSMAN An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, Ms. Susan Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 618-229-0267, fax 618-256-6668, email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the� Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman levels, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. The ombudsman has no authority to render a decision that binds the agency. Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer (End of clause) (xiii) �Defense Priorities and Allocations System (DPAS):� N/A (xiv) Responses to this combined synopsis/solicitation must be received via email, by 09 Sept 2020, no later than 2:00 PM EST.� Requests should be marked with solicitation number N5046720RCBG838. (xv) Questions can be addressed to A1C Thomas Hembree, Contract Specialist, at (843) 963-3310 email thomas.hembree@us.af.mil and CC SSgt Ryan Smith, Contracting Officer, at (843) 963-8765, email ryan.smith.108@us.af.mil. For more opportunities, visit https://beta.sam.gov/ Also see: http://www.sba.gov�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7628fe1bc42845b6a8c1a12268ebc618/view)
- Place of Performance
- Address: Charleston AFB, SC 29404, USA
- Zip Code: 29404
- Country: USA
- Zip Code: 29404
- Record
- SN05782432-F 20200903/200901230142 (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 |