Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2010 FBO #3193
SOLICITATION NOTICE

77 -- LCD TV AND EQUIPMENT INSTALLATION

Notice Date
8/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
N68836 FISC JACKSONVILLE FL Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883610T0346
 
Response Due
8/31/2010
 
Archive Date
9/15/2010
 
Point of Contact
Michael Jolley 904-542-1132
 
E-Mail Address
michael.e.jolley@navy.mil
(michael.e.jolley@navy.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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-10-T-0346 applies and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23 and Defense Acquisition Change Notice 20080124. The North American Industry Classification System (NAICS) code is 334310 and the business size standard is 750. Fleet and Industrial Supply Center, Naval Air Station Jacksonville Fl intends to purchase on a full and open competition after exclusion of sources basis the following line items. This procurement is set aside for small business. 1: LG 37 LCD TV, 9 each, model 37LD450C (or equal) 2: PDI 40 Healthcare LCD TV-LODGENET Capable, 8 each, model PDI-P40LCDCC (or equal) 3: LG 42 LCD TV, 12 each, model 42LD450C (or equal) 4: Chief ceiling mount for plasma TV, 4 each, model MCSU (or equal) 5: Chief offset mount, 4 each, model CMA330 (or equal) 6: Universal tilt mount, 17 each, model MTRU (or equal) 7: Chief articulating wall mount-steel stud kit, 8 each, model JWDSKVB (or equal) 8: Installation supplies, 1 lot, cables, mounting hardware headwall plates etc. 9: Product installation, 8 headwall TV installation and 21 wall/ceiling mount TV s. See Statement of Work. Ship to and installation site: Naval Hospital Jacksonville, 2080 Child Street, NAS Jacksonville, FL 32214. STATEMENT OF WORK LCD TV AND EQUIPMENT INSTALLATION FOR NAVAL HOSPTIAL JACKSONVILLE ARRA RENOVATION PROJECT 2080 Child St Jacksonville FL 32214 This proposal is for the acquisition, delivery, and installation of 29 LCD TV s through out 4 different phases of the current renovation project. During Phase 1A1, 4 37 LG TV s will be mounted with the tilt mount and 1 40 with articulation wall mount and 4 40 LG TV s with ceiling mounts. During Phase 1A2 1 37 LG TV with the tilt mount. During Phase 1B1 3 37 LG TV s with wall tilt mount and 8 40 PDI HealthCare TV s wall tilt mounted with Lodge Net being wired and integrated into the Hill Rom Headwalls by the selected vendor. Phase 2A 1 37 LG TV with wall tilt mount and 7 LG 40 TV s with wall tilt mount. The selected vendor will be responsible for providing and installing cabling required to install all TV s throughout these multiple phases. The construction drawings will be available to the contractor for review as requested. General Information Installation of the equipment will be coordinated with the Health Facilities Planning and Project Officer (HFPPO). Please contact upon arrival to the install site. a. The Contractor shall be responsible for field verification before any items are ordered. It is the responsibility of the contactor to ensure all equipment accommodates the actual dimensions of the rooms. The government will not accept any product that does not conform to this standard. b. The contractor shall meet with the HFPPO and end user department representative during field verification. Final approval will be made by the Navy HFPPO. This does not alleviate the contractor s responsibility to ensure the equipment accommodates actual room dimensions. Installation information The final schedule is to be determined at the Navy s sole discretion. There shall be no cost to the government as a result of schedule changes as long as the contractor is given 30 days notice. A detailed flexible work schedule shall be established jointly by both parties to conform to the government project timeline. The contracting company shall have a Project Manager on site at all times during installation to resolve any conflicts and answer all questions. a. The contractor shall provide all manpower, equipment (dollies, vans, tools, etc.) and related services to accomplish the receiving (truck unloading), delivery, assembly, and installation of the equipment as designated by the government. Contractor supplied moving and handling equipment shall not damage or mark floors. b. The contractor shall perform all the services required to properly install all equipment per the manufactures. A complete and usable product is expected at the completion of the installation. These services shall include unpacking and uncrating as required, placement of property in new location, removal of padding and crating materials from the Naval Hospital Jacksonville and any other service necessary to meet the requirement of the contract. c. The contractor shall furnish sufficient tools to perform the assembly/disassembly and appropriate installations. d. If necessary, the Contractor shall provide all required material to correctly install the equipment. The Government reserves the right to have its representative witness and inspect equipment before, during, and after installation. e. The Contractor shall implement and use a quality control program to ensure the equipment installation is performed appropriately. The QC program shall include an inspection system covering the requirements of the installation. At the completion of the install, the Government will perform and acceptance inspection. The Contractor shall remedy discrepancy items that result from improper installation and shall make the appropriate contacts to remedy manufacturer s discrepancies. Supervision a. The Contractor shall designate a Project Manager and an alternate to oversee the crew and to maintain liaison with the hospital. The Project Manager shall work closely with the HFPPO representatives, develop/move schedules, and discuss quantity of work and any other pertinent issues related to the job. b. During the contract period, the Contractor shall keep the same Project Manager and alternate on the job from the beginning to the end, except to the extent illness or injury makes such continuity impossible. If the Project Manager cannot continue due to the described circumstances, an alternate shall assume the duties. Character of Work and Workforce a. The work shall conform in all respects with the requirements of the contract. b. Uncivil behavior, possession of firearms, failure to follow OSHA guidelines, drug or alcohol use will not be tolerated. c. The Government reserves the right to require the removal of any particular worker from the job at its sole discretion. Contractor personnel are subject to criminal background/records checks prior to accessing the Government facility/compound. d. All Contractor personnel shall abide by the Naval Air Station Jacksonville s rules and regulations while onboard. These rules include: no smoking or tobacco use unless in a designated smoking area, no food or beverages except in authorized areas, maintain minimal noise levels, and allowing corridor access to non-move personnel/patients/carts. e. Work performed by the contractor shall be during normal working hours of 0700 and 1600 unless alternate arrangements have been made with the Navy HFPPO. Additional Information a. The Contractor shall keep the premises free from excessive accumulation of waste material or rubbish caused by the employees or work. Contractor is responsible for the removal of packing and rubbish from the hospital compound. The use of the Base dumpsters or trash compactors is not permitted. b. At the completion of work and before acceptance, the contractor shall remove all installation-related rubbish and equipment including cartons, packing materials, tools, etc. They shall restore and replace, in a suitable manner, all property both public and private that has been damaged or removed in the performance of this SOW. c. The Government, without invalidating the Contract, reserves the right to make any addition, deletion, or change in the work or equipment called for in the contract without notice. d. Changes, which involve any difference in Contract price, will not be made except with a written order from the Government either increasing or decreasing the contract price. e. The contractor shall provide a list of individuals that will be conducting work onboard Navy Region Mid-Atlantic. The list needs to include name, SSN#, date of birth, and place of birth. This information will be provided to the base security office in order to obtain temporary construction badges. This list needs to be provided to the HFFPO 30 days prior to the commencement of work. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1 Instructions to Offers Commercial, 52.212-2 Evaluation-Commercial items, Provision 52.212-3 Offeror Representations and Certifications- Commercial Items, Provision 52.222.22 Previous Contracts and Compliance Reports, Clause 52.204-7 Central Contractor Registration, Clause 52.212-4 Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: additionally, the Government will accept the contractor s commercial warranty. Contract Terms and Conditions--Commercial Items, Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Mandatory Information for Electronic Funds Transfer Payment), Clause 52.219-1 Alt 1 Small Business Program Representations, Clause 52.246-15 Certificate of Conformance, and the following DFARs provisions and clauses: Provision 252.225-7000 Buy American Act-Balance of Payments Program Certificate, Clause 252.204-7004 Central Contractor Registration, Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program, 252.232-7003 Electronic Submission of Payment Requests), and Clause 252.246-7000 Material Inspection and Receiving Report. Registration in the Central Contractor Registration (CCR) Database is a requirement for award. Go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 4:00 P.M. August 31, 2010. Quotations must be in writing and must be emailed to Michael.e.jolley@navy.mil or faxed to 904-542-1111 Attn: Michael Jolley, Fleet and Industrial Supply Center Jacksonville, FRCSE Bldg 101, Naval Air Station Jacksonville FL 32212. Telephone 904-542-1132.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a1dc223dd388b0b816ee37361e2dae51)
 
Record
SN02249400-W 20100822/100820235724-a1dc223dd388b0b816ee37361e2dae51 (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.