SOLICITATION NOTICE
74 -- AV design and install for USDA ARS WRRC, Albany, CA
- Notice Date
- 6/17/2021 3:02:22 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- USDA ARS PWA AAO ACQ/PER PROP ALBANY CA 94710 USA
- ZIP Code
- 94710
- Solicitation Number
- 12905B21Q0042
- Response Due
- 7/1/2021 2:00:00 PM
- Archive Date
- 07/16/2021
- Point of Contact
- Paige C. Francis, Phone: 5203166314
- E-Mail Address
-
paige.francis@usda.gov
(paige.francis@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the procedures contained in FAR Part 12.6, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures, 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. This acquisition is for the selected contractor to provide AV design and install for USDA ARS Western Regional Research Center, 800 Buchanan Street, Albany, CA 94710. (A) The solicitation number is 12905B21Q0042 and is issued as a Request for Quotation (RFQ). (B) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2021-05. (C) This solicitation is issued as total small business set-aside. (D) Description/Statement of Work/Specification: 1. Project Description The USDA, ARS, Western Regional Research Center (WRRC), Albany CA.� Statement of Work (SOW) Conference Room Audiovisual upgrade located at 800 Buchanan street, Albany, CA. 2. Objective The objective is to upgrade the Audiovisual equipment in two connected/divisible conference rooms located in Albany CA. Project expected completion date: End of August 2021. 3.Product Description The contract will provide professional Audiovisual design and installation services of equipment to the combined/divisible conference rooms. 4. Salient Characteristics for Audiovisual design and installation. The contractor shall, during the contracted period will design, furnish, and program/setup all parts and service necessary to upgrade the system into a current modern Audiovisual system. Base: Upgraded audio mixer and control Digital control of Audio and video sources Add control touch panel Add room reservation panels Upgraded: Upgrade current projectors to laser projectors Upgrade projector screen Contractor performs service on site.� Any replacement parts may be either new or refurbished but equivalent to new in operation. 5.Inspection and Acceptance The COR will perform inspection and acceptance of all products and services. The performance criteria for these products shall be timely delivery and closure of all activities and deliverables listed above and within the established Period of Performance. Warranty should be one year related to the work done and components provided by the AV personnel. 6. Points of Contact IT Support Jim Banghart Phone: 510-559- 6178 Email: Jim.Banghart@usda.gov IT Support Stuart Shull���� Phone: 510-559-5735 Email: Stuart.shull@usda.gov (F) Date(s) and place(s) of delivery and acceptance: USDA ARS Western Regional Research Center 800 Buchanan Street Albany, CA 94710 All items shall be sent FOB Destination. (G) FAR Provision 52.212-1, Instructions to Offerors-Commercial, is incorporated by reference and applies to this acquisition. Please see the attached RFQ terms and conditions for the submission requirements. (H) Evaluation: For the evaluation criteria, please see the attached RFQ terms and conditions. (I) Offerors are required to complete in full FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer online at SAM: www.sam.gov. �An offeror must state in their offer if they completed FAR 52.212-3 online and that is it up-to-date and valid. See the attached RFQ terms and conditions for more requirements. (J) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Please see the attached RFQ terms and conditions for its Addendum. (K) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is incorporated and applies to this acquisition. Please see the attached RFQ terms and conditions that are applicable to the acquisition. (L) A statement regarding any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices: N/A. (M) The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this solicitation. (N) Date, time and place offers are due. Offers are due by July 1st, 2021 at 5:00 PM EST. Submit offers to the following e-mail address(es), by the offer due date and time: Paige.francis@usda.gov.� Quotes MUST contain the solicitation number 12905B21Q0042 in the subject line of the email.� All Quotes must be valid for a minimum of 30 days from the closing date for this solicitation. No exceptions. (O) Any and all questions regarding this solicitation shall be submitted in writing to Mr. Paige C. Francis Sr. at paige.francis@usda.gov no later than Thursday, June 24th, 2021at 5:00 PM EST.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/215bc1963b1e411899c51d73a9f15032/view)
- Place of Performance
- Address: Albany, CA 94710, USA
- Zip Code: 94710
- Country: USA
- Zip Code: 94710
- Record
- SN06036059-F 20210619/210618201538 (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 |