Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2009 FBO #2811
SOLICITATION NOTICE

58 -- This is a combined synopsis/solicitation for a Audio/Visual Equipment Installation.

Notice Date
8/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-09-T-0274
 
Response Due
8/11/2009
 
Archive Date
10/10/2009
 
Point of Contact
Nicole Mintus, 526-6632<br />
 
E-Mail Address
ACA, Fort Carson
(nicole.mintus@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. Quotes are being requested and a written solicitation will not be issued. Quotes shall reference solicitation number W911RZ-09-T-0274. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. Fort Carson intends to award a firm-fixed-price contract for a Chapel Audio/Video System to include installation, maintenance and training. The North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business standard of 750 employees. This requirement is set aside 100% for Small Businesses. The Contractor shall propose the following Contract Line Item Number (CLIN): CLIN 0001 Audio/Visual Equipment to include installation in Accordance with the attachedStatement of Work. $ ______________ CLIN 0002One Year Warranty/Maintenance which includes adjustments four times within the next 12 months, in accordance with the attached Statement of Work. Contractor shall invoice quarterly in arrears. $ ___________ per quarter X 4 quarters = $_______________ CLIN 0003 Training: 2 each one hour sessions of training to be scheduled within the next 12 months. $___________ per session X 2 sessions = $______________ FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this purchase order and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation Commercial Items), 52.212-3 (Offeror Representations and Certifications Commercial Items) Clauses: 52.211-6 Brand Name or Equal, 52.204-7 (Central Contractor Registration), 52.212-4 (Contract Terms and Conditions Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items), 52.219-6 (Notice of Total Small Business Set Aside), 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-50 (Combat Trafficking in Persons), 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration), 52.237-2 (Protection of Government Buildings, Equip & Vegetation), 52.252-2 (Clauses Incorporated by Reference), 252.204-7004 Alternate A (Central Contractor Registration), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.225-7001 (Buy American Act and Balance of Payments), 252.225-7002 Qualifying Country Sources as Subcontractors, 252.232-7003 (Electronic Submission of Payment Requests) INSTRUCTIONS TO OFFERORS: The Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable 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: price, technical proposal and past performance. TECHNICAL PROPOSAL: The technical proposal shall be tailored to address performance specific to this requirement, contain a complete listing of products to be provided and contain enough detail to allow evaluation for adequacy and feasibility, and clearly demonstrate that the offeror has a thorough understanding and knowledge of the requirements contained in the proposed contract. The contractors approach shall adequately support the requirements as set forth in the Performance Work Statement (PWS) and evaluation factors for award. Statements that the offeror understands, can or will comply with the PWS, and phrases such as standard procedures will be employed or well known techniques will be used etc, are unacceptable. The technical proposal shall address four evaluation factors: FACTOR 1: Quality of products. The proposal shall include a complete listing of products to include made, model and manufacturer part number. FACTOR 2: Customer service/quality control plan. The contractor shall be able to respond to emergencies in order to repair the system within 8 hours notice 365 days a year. FACTOR 3: Comprehensive knowledge of amplifiers, mixers, video projectors, projection surfaces, audio components, computer interfaces, electrical wiring and how all systems integrate with one another. PAST PERFORMANCE INFORMATION. The offeror shall provide at least three (3) but no more than five (5) of the most relevant contracts performed for military chapels and commercial chapels within three (3) years from the date of receipt of proposals. Relevant contracts include those where the offeror performed services of a similar scope, magnitude, and complexity as those required under this solicitation. Contracts that provide all aspects of the services required by this solicitation for military chapels will be considered more relevant than those contracts for only portions of the services required. In addition, the Government may use past performance information obtained from other than the sources identified by the offeror. Past performance information is limited to no more than two (2) pages per contact listed. Information submitted should contain at least the following for each contact/reference: - Contract number. - Period of Performance. - Indicating whether government or commercial contract and the dollar amount. - Include a summary description of any subcontractor and the scope of involvement. - Contracting agency, including name and telephone number of contract administrator, buyer or Contracting Officer. - Type of service provided and number of facilities serviced. SITE VISIT: All offerors are encouraged to attend a site visit that is scheduled for 6 August 2009 at 2:00 p.m. The offerors are to meet at Soldiers Memorial Chapel, Building 1500, 6333 Martinez Street, Fort Carson, CO. The maximum number of attendees from each company that will be allowed to attend the site visit is two (2). The Contractor shall contact the Contract Specialist, Nicole Mintus at 719-526-6632 or nicole.mintus@us.army.mil to confirm attendance. Questions concerning this solicitation shall be addressed to Nicole Mintus, Contract Specialist, and e-mailed to nicole.mintus@us.army.mil. All questions or inquires must be submitted in writing no later than 8 am. Mountain Time on 7 August 2009. No phone calls will be accepted. Any modifications to the solicitation will be posted on the Federal Business Opportunities website. All responses must be received no later than 2:00 p.m. Mountain Time on 11 August 2009. Quotes may be faxed to (719) 526-6622 attn: Nicole Mintus, or e-mailed to nicole.mintus@us.army.mil. An official authorized to bind your company must sign the quote. All quotes shall reference and acknowledge all modifications posted to this solicitation, if applicable. The contractor must submit three past performance references and proof of certification to install proposed equipment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ13/W911RZ-09-T-0274/listing.html)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO<br />
Zip Code: 80913-5198<br />
 
Record
SN01896696-W 20090805/090803235122-def2ac473ca9d306747f6672d28136d1 (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  © 1994-2020, Loren Data Corp.