SOLICITATION NOTICE
58 -- SOLICITATION FOR THE INSTALLATION OF HD TELEVISION SERVICE
- Notice Date
- 10/24/2023 4:58:05 PM
- Notice Type
- Solicitation
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- FDC HONOLULU HONOLULU HI 96820 USA
- ZIP Code
- 96820
- Solicitation Number
- 15BH0N24Q00000003
- Response Due
- 10/30/2023 12:00:00 PM
- Archive Date
- 11/14/2023
- Point of Contact
- Michael Blaisdell, Phone: 8088384354, Clay Yorek, Phone: 8088384356
- E-Mail Address
-
mblaisdell@bop.gov, cyorek@bop.gov
(mblaisdell@bop.gov, cyorek@bop.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- FDC Honolulu seeks to award a solicitation for the installation of HD Television service to include parts and labor for 32 separate television for our inmate population. The quote must include the availability of Local stations/news, Hispanic stations, Rated PG-13 Movie stations such as Stars /HBO Family, along with normal station packages. Vendor must be a licensed authorized service provider. The solicitation will be set aside for small business. The applicable NAICS code for this acquisition 517410, with a size standard of$44,000,000. The applicable PSC is 5820. Place of performance The installation will take place at the Federal Detention Center in Honolulu Hawaii. 351 Elliott Street, Honolulu, Hawaii 96819. FDC Honolulu houses inmates who are suspected or convicted of offenses against the criminal laws of the United States.� Schedule of Performance Work can be completed Monday through Friday (except Federal Holidays) normally between the hours of 6:00 am and 2:00 pm. These schedules are subject to change based on the variable needs of the institution and the unpredictable nature of the correctional environment. SUPPLIES/EQUIPMENT Supplies and Equipment will be inventoried daily before entrance and exit of the institution and 100% accountability of equipment must be maintained at all times. Selection Criteria The Government shall evaluate quotes and any eventual award to the responsible offeror whose quote is determined to be the Lowest Price Technically Acceptable (LPTA). Contract Clauses The following agency clauses will be incorporated into a resultant award: 52.212-4 Contract Terms and Conditions � Commercial Items 52.24-403-70 Notice of Contractor Personnel Security Requirements (OCT 2005) 52.27-103-72 DOJ Contractor Residency Requirement - BOP (JUN 2004) 52.212-5 Contract Terms and Conditions � Commercial Items Required to implement Statutes or Executive Orders-Commercial Items. 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Other Contract Terms and Conditions Security and Investigative Requirements: Contractor personnel providing on-site factory start up training will be entering the institution and will be required to meet certain security requirements prior to entering the institution. Primary concerns are the amount of contact that may occur between the contractor and his/her employees with the inmate population during the performance of the contract. Contractor employees are allowed access to the institution at the sole discretion of the Warden of the institution. Allow for additional time to process into the institution. This is in the secure area of the institution and will require passage of security screening to include a metal detector and other requirements. The program manager at FDC Honolulu is responsible for conducting the appropriate law enforcement check on all contractor staff that may need access inside the prison facility. The following investigative procedure will be performed: 1). National Crime Information Center (NCIC) check; 2). DOJ-99 (Name Check); 3). FD-258 (fingerprint check); 4). Law Enforcement Agency checks; 5). Vouchering of Employers; 6). Resume/Personal Qualifications; 7). OPM-329-A (Authority for Release of Information); 8). National Agency Check and Inquiries (NACI) check (if applicable); and 9). Urinalysis Test (for the detection of marijuana and other drug usage) Quote Submittal Instructions Please read Solicitation carefully and ensure that all information requested is included in your quote. Failure to provide accurate information may exclude you from solicitation. Evaluators will neither make assumptions, nor draw inferences regarding missing or incomplete data. All potential offerors are advised that this solicitation includes the clause at FAR 52.212-4, for Commercial Items, Central Contractor Registration (CCR). This clause requires all contractors doing business with the Federal Government after September 30, 2003, to be registered in the SAM database. Please include your CAGE Code Number Or UEI number with your offer. If you have not completed your representations and certifications via the On-line Representations and Certifications Applications (ORCA) you may complete the enclosed Provision 52.212-3. Quotes shall be submitted in writing via e-mail to mblaisdell@bop.gov. Offerors are responsible for ensuring their quote have been received by the date and time set in order to be considered for award. Please submit quotations no later than 9:00 a.m. HST, October 30, 2023.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8d13897e5ced4172b651a2d4d0f3e746/view)
- Place of Performance
- Address: HI 96819, USA
- Zip Code: 96819
- Country: USA
- Zip Code: 96819
- Record
- SN06867012-F 20231026/231024230043 (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 |