Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2009 FBO #2755
SOLICITATION NOTICE

70 -- Integrated Audio Visual Systems Upgrade of Auditorium

Notice Date
6/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Utah, USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W90M8L-9127-0100
 
Response Due
7/14/2009
 
Archive Date
9/12/2009
 
Point of Contact
Diane Johnson, 801-432-4094<br />
 
E-Mail Address
USPFO for Utah
(diane.n.johnson@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 being requested and a written solicitation will not be issued. Solicitation W90M8L-9127-0100 is being issued as a Request for Quotation. This requirement is an 100% Small Business Set-aside acquisition. The NAICS code is 334310 with the size standard of 750 employees and the Standard Industrial Classification (SIC) 3669 applies to the procurement. SPECIFICATIONS: The Utah National Guard has a requirement for an Audio Visual Upgrade to the Auditorium at the Utah National Guard Complex in Draper, Utah. DESCRIPTION: Audio Visual Equipment Upgrade for the Camp Williams Readiness Center Auditorium. Attachment 001 contains the statement of work and required items for installation. Some items listed are specified as Brand name or equal, if quoting an as equal item, please submit associated specifications or pamphlets. See Attachment 001 Integrated Audio-Video Systems and Equipment for Auditorium SITE VISIT INFORMATION: A site visit is scheduled for June 24, 2009 at 2:00 p.m. Offerors shall email the Contracting Officer at diane.n.johnson@us.army.mil to receive site visit information and instructions. PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall provide proposal information that substantiates the equivalency of the product offered to the product stated and required herein. Include brand names and part numbers on quoted items. Prices shall be structured in accordance with Attachment 001. The Government will only consider the information provided in the offerors proposal. Award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1(b). Failure to submit the information set forth therein for evaluation may render the offer nonresponsive. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: (1) FAR 52.203-3 Gratuities; (2) FAR 52.204-2 Alt II Security Requirements; (3) FAR 52.204-4 Printed or Copied-Double Sided on Recycled Paper; (4) FAR 52.204-7 Central Contractor Registration; (5) FAR 52.211-6 Brand Name or Equal; (6) FAR 52.212-1 Instructions to Offerors Commercial Items; (7) FAR 52.212-2 Evaluation Commercial Items; (8) FAR 52.212-3 Offeror Representations and Certifications Commercial Items; (9) FAR 52.212-4 Contract Terms and Conditions Commercial Items; (10) FAR 52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.203-6, ALT I Restrictions on Subcontractor Sales to the Government; (b) FAR 52.219-6 Notice of Total Small Business Set-Aside; (c) FAR 52.219-24 Limitations on Subcontracting; (d) FAR 52.219-28 Post Award Small Business Program Representation; (e) FAR 52.222-3 Convict labor; (f) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies; (g) FAR 52.222-21 Prohibition of Segregated Facilities; (h) FAR 52.222-26 Equal Opportunity; (i) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (j) FAR 52.222-36 Affirmative Action for workers with Disabilities; (k) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (l) FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; (m) FAR 52.222-50 Combating Trafficking in Persons; (n) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (o) FAR 52.232-33 Payment by Electric Funds Transfer- Center Contractor Registration; (p) FAR 52.233-3 Protest After Award; (q) FAR 52.233-4 Applicable Law for Breach of Contract Claim; (11) FAR 52.223-5 Pollution Prevention and Right to Know Information; (12) FAR 52.228-5 Insurance Work on a Government Installation; (13) FAR 52.233-2 Service of Protest; (14) FAR 52.237-1 Site Visit; (15) FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation; (16) FAR 52.252-2 Clauses Incorporated by Reference; (17) DFARS 252.204-7004 Central Contractor Registration, Alternate A; (18) DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; (19) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items; (20) DFARS 252.212-7001 Contract Terms and Conditions required to implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses and provisions within DFARS 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.225-7012 Preference for Certain Domestic Commodities; (b) DFARS 252.225-7014 Preference for Domestic Specialty Metals; (c) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; (d) DFARS 252.247-7023 Transportation of Supplies by Sea; (21) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; (22) DFARS 252.211-7003 Item Identification and Valuation; (23) DFARS 252.243-7002 Requests for Equitable Adjustment; (24) DFARS 252.232-7010 Levies on Contract Payments. EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Offerors capability to provide the required system upgrade (licensed and certified in the proposed profession) that best meets the Governments needs; (2) Past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) Total cost or price. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. Please submit the completed information in FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with your proposal. Quotations are due NLT 4:30 p.m. MST on July 14, 2009. Offers may be sent via e-mail to Diane Johnson at diane.n.johnson@us.army.mil. Questions regarding this solicitation shall be in writing and may be sent via e-mail to the address above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W90M8L-9127-0100/listing.html)
 
Place of Performance
Address: USPFO for Utah 12953 South Minuteman Drive Draper UT<br />
Zip Code: 84020-2000<br />
 
Record
SN01840897-W 20090612/090610235014-00a79e7623eefeb5b1d4271a07409905 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.