Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

D -- Conference Rm Video Wall - Package #1

Notice Date
8/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Tennessee, PO Box 40748, Nashville, Tennessee, 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W38NCY11990501
 
Archive Date
9/21/2011
 
Point of Contact
Lisa Sircy, Phone: 6153130879
 
E-Mail Address
lisa.sircy@us.army.mil
(lisa.sircy@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
2nd Floor Plan Tullahoma Data Closet Locations Section 508 Requirements Proposed Configuration Current Configuration Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6., of the Federal Acquisition Regulation (FAR), 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. Reference number W38NCY11990501 when responding to the Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. The Tennessee Army National Guard has the following requirements. This requirement is being advertised as a total small business set-aside; the North American Industry Classification System (NAICS) Code is 541512 with a Small Business Size Standard of twenty-five million dollars ($25.0 million), average of three years. All responsible sources may submit an offer, which shall be considered by this Agency. The following clauses are applicable to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52-212-2 Evaluation Commercial Items, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2006) (Deviation) and DFARS 252.212-7001 Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2006) (Deviation), DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Quotes are due in this office no later than Tuesday, 6 September 2011, two (2:00) p.m. local central daylight savings time. They can be emailed to lisa.sircy@us.army.mil. Point of Contact referencing this solicitation is Lisa Sircy at 615-313-0879.Offers will be evaluated using the evaluation criteria outlined in FAR Part 52.212-4. The award will be made to the vendor whose proposal is most advantageous to the Government. The evaluated non-cost factors for this acquisition shall be solicitation requirements, past performance and technical for similar projects for the past three (3) years. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The following Contract Line Item Numbers (CLINs) are as follows: 0001 Command Conference Room Video Wall & Tullahoma ARNG, Nashville, TN Location: 3041 Sidco Drive, Nashville TN 37204. Date services required: Within 75 days of contract award. See attached statement of work (SOW) for additional information. Vendors shall also provide a detailed breakdown of cost and total cost for all services and equipment requested. There will be a site visit on 1 September 2011, at nine (10:30) a.m. CST in Room 403 at the above listed location. All questions shall be emailed to lisa.sircy@us.army.mil by 2 September 2011 at ten (10:00) a.m. local central daylight savings time. Please provide Dunn and Bradstreet number, tax identification number and CAGE code; vendor's Offeror Representations and Certifications shall be completed in ORCA at https://orca.bpn.gov/ prior to submission of quote. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose 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: Vendor shall provide two proposals. The first proposal shall be a price proposal the price proposal shall contain a price for the base Contract Line Item Number (CLIN). The vendor shall submit one (1) copy of the price proposal. The second proposal shall be the technical proposal. The technical proposal shall provide sufficient descriptive literature, video or other types of media required to clearly demonstrate the vendor understands of the statement of work and their ability to meet the Government's requirement. The vendor shall submit their plan demonstrating that all systems required within the contract properly work at the completion of the job. The technical proposal shall also provide recent and relevant past performance. Past performance shall describe a sufficient number of projects of similar type and scope to demonstrate the vendor's ability to successfully complete this type of project. The vendor shall provide a Government point of contact for each project listed in their past performance package. Past Performance Subfactors and evaluation Vendors shall provide recent and relevant past performance evidencing their ability to design a system and install the components to instrument an audiovisual system as described in this statement of work. Recent is described as having performed the work within the last five (3) years. Relevancy is defined as sufficiently similar to the current project as to provide valid indicators of expected performance. The first three past performance subfactors are approximately equal in importance. The first three subfactors when combined are substantially more important than the last three subfactors when combined. • Quality • Timeliness • Management effectiveness • Compliance with safety standards • Compliance with federal laws • Utilization of small business Technical Proposal Evaluation Criteria The vendor shall be evaluated on their overall understanding of the statement of work and their ability to meet the Governments requirements. Blue • Proposal meets solicitation requirements, demonstrates an excellent understanding of the requirements and has salient features that offer significant advantage to the Government. Excellent in all respects. Advantages/strengths not offset by disadvantages/weaknesses. Very good probability of success with overall very low degree of risk in meeting Government requirements. Green • Proposal meets most solicitation requirements and demonstrates an adequate understanding of the requirements but does not offer significant advantages to the Government over basic RFP requirements. Disadvantages/weaknesses are not significant, unless significant advantages are proposed that outweigh significant disadvantages. Where there were areas of concern, clarifications, given by contractor, were acceptable. Good probability of success with overall low degree of risk in meeting the Government requirements. Yellow • Proposal meets some but not all the RFP requirements, but offers disadvantages (weaknesses) outweighing other advantages (strengths). Examples: little or no experience cited; weak proposal; mimics RFP language rather than expressing offeror's approach or understanding of the RFP. Probability of success considered less than full confidence (moderate). Orange • Proposal meets some but not all the RFP requirements. Proposal does not give confidence that the offeror is capable of meeting all requirements and objectives. Disadvantages of substance exist and advantages, which if they exist, are outweighed by the disadvantages. Collectively, the advantages and disadvantages are not likely to result in satisfactory performance. The risk of unsuccessful performance is high as the proposal contains approaches that may not be feasible and practical. Pink • Proposal meets some but not all the RFP requirements. Examples: Proposal does not address all required RFP criteria; little or no experience. Overall quality cannot be determined because of errors, omissions or deficiencies that may be capable of being corrected without a major rewrite or revision of proposal. Probability of success is questionable without further explanation by offeror. (Unacceptable risk and unawardable without discussions) Red • Proposal demonstrates little to no understanding of the requirements; or approach fails to adequately meet acceptable performance expectations. Proposal contains major errors; omissions or deficiencies and these conditions cannot be corrected without a major rewrite or resubmission. There is an unacceptably high degree of risk in meeting the Government's requirements. Unawardable as proposed. Technical and past performance, when combined, are approximately equal to price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Section 508 Product Requirements Technical standards from 36 CFR part 1194 Subpart B have been determined not to apply to this acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W38NCY11990501/listing.html)
 
Place of Performance
Address: 3041 Sidco Dr, Nashville, Tennessee, 37204, United States
Zip Code: 37204
 
Record
SN02553338-W 20110831/110829235201-dd834f068dc4303bf58bcfe2f9c818cb (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.