MODIFICATION
70 -- RFQ#M6739920Q0050 Supply, Install and Configure Interact Digit Display W/ Support Peripherals
- Notice Date
- 9/3/2020 5:18:51 PM
- Notice Type
- Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- COMMANDING OFFICER TWENTYNINE PALMS CA 92278-8108 USA
- ZIP Code
- 92278-8108
- Solicitation Number
- M6739920Q0055
- Response Due
- 9/16/2020 1:00:00 PM
- Archive Date
- 10/01/2020
- Point of Contact
- Pedro Tirado, Phone: 7608305124, Sakina A Nixon, Phone: 7608306042
- E-Mail Address
-
pedro.tirado@usmc.mil, sakina.nixon@usmc.mil
(pedro.tirado@usmc.mil, sakina.nixon@usmc.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- Quotes shall be complete, and be organized into the following parts: Volume I � Price Proposal , Volume II � Technical Proposal and Volume III � Past Performance. Quotes shall include a Cover Sheet and, if applicable, Teaming Arrangement/Joint Venture Documentation. At a minimum, quotes must include the following to be eligible for award: Cover Sheet with the following information: � 1.1�� Time specified in the solicitation for receipt of offers: Wednesday, Sept 16, 2020 at 1:00 pm (PT). 1.2�� Company name; 1.3�� Company address and remit to address if different than mailing address; 1.4�� Company telephone number; 1.5�� Company e-mail address; 1.6�� Company point of contact(s); 1.7�� SAM registration expiration date; 1.8�� CAGE code; 1.9�� DUNS number; 1.10 Registration confirmation for NAICS code 334310; 1.11 Acknowledge Solicitation Amendments, if applicable; � 2.����� Volume I: Price Proposal and any discount terms with the following information: 2.1�� Submit the Standard Form (SF) 1449, with blocks 12, 17a and b, and 30a through c completed with an original, authorized signature and the Contract Clauses section filled-in. . 2.2�� Quoters shall submit pricing on the CLINS/Schedule of th SF 1449 solicitation. 2.3�� Submit a copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b)(2) for those representations and certifications that the quoter shall complete electronically). 2.4�� If applicable, submit all pages of each solicitation amendment(s) (SF 30) with the original solicitation documents, signed by the same official authorized to sign the SF 1449. 2.5�� Pricing shall be included by annotating the unit price under each CLIN respectively. 3.����� Volume II: Technical Proposals shall include the following: (1) Technical Approach and (2) Product Specifications. Submit your technical proposal with the following information: 3.1�� Part 1: Technical Approach 3.1.1 Include a narrative on how Quoter plans to meet the performance objectives required by the Statement of Work, specifically: contractor service warranty, project quality control, project supervisor experience, and customer service support plan. 3.2�� Part 2: Part Specifications 3.2.1� Include product name, make, and model; 3.2.2� Include product manufacturer warranty details; 3.2.3 Include product country of manufacturing; and 3.2.4 If equivalent product is quoted, include literature depicting full product specifications to demonstrate the product conforms to the salient characteristics of the brand name listed. 4.� Volume III: Past Performance Proposal with the following information: 4.1� Submit a list of no more than three (3) recent and relevant contracts performed for Federal agencies or commercial customers as a prime contractor that demonstrates the ability to successfully perform the scope and breadth of the requirements as described in the SOW for this solicitation. Any past performance references in excess of the first three submitted will not be evaluated. 4.1.1� RECENT. The definition of recent as related to this solicitation includes performance within the last three years from the issue date of this solicitation; 4.1.2� RELEVANCE. Quoters shall identify what elements of each contract are deemed relevant to this solicitation. Definitions of relevancy are as follows: 4.1.2.1� RELEVANT. Present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires; and 4.1.2.2� NOT RELEVANT. Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. 4.2�� Submit the following information for each contract submitted for past performance evaluation: 4.2.1 Company/Division name; 4.2.2 Product/Service; 4.2.3 Contracting Agency/Customer; 4.2.4 Contract Number; 4.2.5 Contract Dollar Value; 4.2.6 Period of Performance; 4.2.7 Verified, up-to-date name, address, e-mail address, telephone number of the Government evaluator, contracting officer or customer POC responsible for procuring your services; 4.2.8 Comments regarding compliance with contract terms and conditions; and 4.2.9 Comments regarding any known performance deemed unacceptable by the customer or not in accordance with the contract terms and conditions, the resolution(s) implemented and results. 5.� Quoters are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors.� Failure to meet a requirement of the solicitation will result in a quote being excluded from consideration.� However, Quoters may provide an alternate means of performance provided that they clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. �6.� Documents submitted in response to this solicitation must be fully responsive to and consistent with: (1) requirements of this solicitation; (2) Government standards and regulations; and (3) evaluation factors for award. 7.� All questions must be submitted by Monday, September 14, 2020 at 9:00 am (PT). 8.� Per FAR Clause 52.237-1, a site visit for interested parties is optional and will take place on 11 Sep, 2020 at 2:00 P.M. PST. �Interested parties must notify the contract specialist, Pedro Tirado at Pedro.Tirado@usmc.mil of their intent to attend the site visit NLT 8:00 A.M. PST on 10 Sep 2020.� 9. Per FAR Clause Provision 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT, Quoters must complete a written assessment disclosure in FAR Clause 52.204-24, paragraph (d),(1)&(2) of this solicitation. 10.� All quotations must be submitted in 12 point Times New Roman font, single spaced, and single sided. 11.� Each submitted quotation shall not exceed a total volume of twenty (20) pages in addition to the required signed copy of the SF1449 and all applicable amendments.� The following items shall not count against the total volume page count: one (1) page cover sheet and one (1) page for a table of contents. ALL OF THE TIME AND DATE REFERENCES FOR RECEIPT OF QUOTES IN THIS ADDENDUM SHALL BE SUPERSEDED BY ANY SUBSEQUENT SOLICITATION AMENDMENTS THAT EXTEND THE TIME AND DATE FOR RECEIPT OF QUOTES. All proposals are to be submitted electronically to pedro.tirado@usmc.mil or hand carried to: Mr. Pedro Tirado MAGTFTC/MCAGCC Regional Contracting Office Building 1102, Door 21 Twentynine Palms, CA 92278 Due to data processing procedures within the DoD Network, please submit all electronic attachments in PDF Format only. FAXED QUOTES WILL NOT BE ACCEPTED For quotations delivered by hand, Quoters are advised that entry to the installation is restricted, and Quoters are directed to familiarize themselves with the entry control location and process. Entry processing time is unpredictable and can be lengthy. The addressee indicated above may be able to facilitate entry processing, but is not required to do so, and inability to gain access shall not excuse late delivery. If quotations are submitted in different formats requiring different delivery methods, the quotation of record shall be the last complete version received prior to the deadline. For email quotations, the Government office designated for receipt of the quotation is the email inbox of the addressee indicated above. Notwithstanding the provisions at FAR 52.212-1(f) or FAR 52.215-1(c)(3), delivery is not accomplished until the addressee can open the email; delivery to a server or an email inbox on a server is not considered delivery to the designated Government office and the quotation is not under the Government�s control until the addressee can open the email. The email shall not be considered to be delivered unless the
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bff4ee0f4781416094fd544c140ed664/view)
- Place of Performance
- Address: Twentynine Palms, CA 92278, USA
- Zip Code: 92278
- Country: USA
- Zip Code: 92278
- Record
- SN05785648-F 20200905/200903230153 (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 |