Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOLICITATION NOTICE

58 -- FURNISH AND INSTALL AUDIO-VISUAL AND TELECONFERENCE EQUIPMENT IN BUILDING 5 AT THE LINCOLN REGIONAL OFFICE

Notice Date
9/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
DEPARTMENT OF VETERANS AFFAIRS;SUPPORT SERVICES DIVISION (362/24);6900 ALMEDA ROAD;HOUSTON TX 77030-4200
 
ZIP Code
77030-4200
 
Solicitation Number
VA36211RQ0017
 
Response Due
9/20/2011
 
Archive Date
12/19/2011
 
Point of Contact
JOHN A. PLAYER
 
Small Business Set-Aside
Total Small Business
 
Description
i.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. ii.VA334-11-RQ-0017 iii.The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-53 iv.The solicitation is set aside for small business concerns only. The applicable NAIC Code for this solicitation is 238210, and the Small Business Size limitation is $14,000,000. v.CLIN 0001: The contractor shall provide all materials, parts, labor, equipment, facilities, transportation and supervision to furnish and install Audio Visual and Teleconferencing equipment in Building 5, Department of Veterans Affairs Lincoln Regional Office in accordance with the attached statement of work. Unit Of Issue: JB Quantity: 1 vi.Description of Requirement STATEMENT OF WORK A.GENERAL INFORMATION Title of Project: Furnish and Install Audio/Visual and Communications Equipment in Basement and Second Floor of Building 5, FID-HUB at the Department of Veterans Affairs, Lincoln Regional Office, 600 South 70th Street, Lincoln NE 68501 1.Scope of Work: The contractor shall provide material, labor, tools, equipment, facilities, transportation and supervision to accomplish the work set forth in this in this statement of work (SOW), except as may otherwise be specified. The basic work required is as follows: a.Furnish and install the following equipment on the Second Floor i.Display Systems Equipment Two (2) NEC 3500 Lumen WXGA Projectors with Lens, White Two (2) Da-Lite Projector Mount Kits, White Two (2) Da-Lite Advantage Electro Roll-Down screens, 16:10 Format, Da-Mat Surface, Custom Size 50" x 80", 94" Diagonal ii.Video Systems Equipment Two (2) Liberty HDMI/UTP Transmitter/Receiver Kits tanberg to LCD Screens One (1) Panasonic DVD Recorder with VHS Player, Digital Tuner One (1) Middle Atlantic Custom Rack Shelf for DVD Player One (1) Extron P/2 DA4xi 1X4 VGA Distribution Amplifier, Laptop input One (1) Extron DXP 44 HDMI Matrix Switcher, 4X4 One (1) Extron RSU 129 Rack Shelf One (1) Kramer Active Wall Plate over UTP, VGA/A with EDID management 2-gang One (1) Kramer active receiver over UTP, VGA/A One (1) Kramer Rack Mount Kit iii.Audio Systems Equipment One (1) Polycom C12 Audio DSP One (1) Polycom Soundstructure microphone array main unit One (1) Polycom Soundstructure microphone array secondary unit Nine (9) Tannoy In-Ceiling loudspeakers, 4", 2-Way, White One (1) Extron XPA 2001 Power Amplifier, 70 Volt One (1) Extron RSU 129 Rack Shelf iv.Control Systems Equipment One (1) Crestron Control Processor, 6 Com Ports One (1) Crestron 9" Tabletop mounted touch panel, wired One (1) Crestron Distribution Block v.Rack Accessories and Furniture One (1) Chief 16RU AV Rack with wheels and front door, black One (1) Chief Cooling Fan Kit One (1) Chief Fan Thermostat One (1) Furman Sound Power Distribution, Rack Mount One (1) Lowell 30" Power Strip Two (2) Lowell 1RU Rack Shelves for TX/RX Parts and Switch One (1) D-Link 8 Port Switch One (1) Liberty 1-Gang Grommet Plates for TVs One (1) Liberty 1-Gang Grommet Plate for Rack vi.Installation Materials One (1) Lot Cables, Connectors, and Installation Hardware b)Furnish and Install the following equipment in the Basement Level v.Display Systems Equipment Two (2) NEC 3500 Lumen WXGA Projectors with Lens, White Two (2) Da-Lite Projector Mount Kits, White One (1) Da-Lite Wall Mounted Roll Down Manual Screen, one side only, in front of Displays, 16:10 format, Da-Mat Surface, Custom Size 50" x 80", 94" Diagonal One (1) Da-Lite Wall Mounted Extension Arms Two (2) Sharp 52" LCD Display with LED Backlight 1080P Resolution Two (2) Sharp Professional Use Warranty Two (2) Chief Flat Panel Display Wall Mount, Tilting vi.Video Systems Equipment Four (4) Liberty HDMI/UTP Transmitter/Receiver Kits tanberg to LCD Screens One (1) Panasonic DVD Recorder with VHS Player, Digital Tuner One (1) Middle Atlantic Custom Rack Shelf for DVD Player One (1) Extron P/2 DA4xi 1X4 VGA Distribution Amplifier, Laptop input One (1) Extron DXP 44 HDMI Matrix Switcher, 4X4 One (1) Extron RSU 129 Rack Shelf One (1) Kramer Active Wall Plate over UTP, VGA/A with EDID management 2-gang One (1) Kramer active receiver over UTP, VGA/A One (1) Kramer Rack Mount Kit vii.Audio Systems Equipment One (1) Polycom C8 Audio DSP One (1) Polycom Soundstructure microphone array main unit Eight (8) Tannoy In-Ceiling loudspeakers, 4", 2-Way, White One (1) Extron XPA 2001 Power Amplifier, 70 Volt One (1) Extron RSU 129 Rack Shelf viii.Control Systems Equipment One (1) Crestron Control Processor, 6 Com Ports One (1) Crestron 9" Tabletop mounted touch panel, wired One (1) Crestron Distribution Block ix.Rack Accessories and Furniture One (1) Chief 16RU AV Rack with wheels and front door, black One (1) Chief Cooling Fan Kit One (1) Chief Fan Thermostat One (1) Furman Sound Power Distribution, Rack Mount One (1) Lowell 30" Power Strip Two (2) Lowell 1RU Rack Shelves for TX/RX Parts and Switch One (1) D-Link 8 Port Switch One (1) Liberty 1-Gang Grommet Plates for TVs One (1) Liberty 1-Gang Grommet Plate for Rack x.Installation Materials One (1) Lot Cables, Connectors, and Installation Hardware c)Contractor shall provide all cables, connectors, and installation hardware. d)Contractor shall make all necessary demolitions; penetrations; or alterations necessary to install the equipment. e)Contractor shall operationally test and ensure the functionality of the installed equipment f)Contractor shall patch and paint to match as necessary. 2.Performance Period: The contractor shall complete the work required under this SOW within 30 calendar days or less from receipt of the notice to proceed, unless otherwise directed by the Contracting Officer. If the contractor proposes an earlier completion date, and the Government accepts the contractor's proposal, the contractor's proposed completion date shall prevail. 3.Type of Contract: The government contemplates award of a firm fixed-price contract for the work to be performed under this Statement of Work. 4.Holidays: The contractor will not be required to perform any work for the government on any of the following federal holidays: New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. 5.McNamara-O'Hara Service Contract Act Wage Determination: This contract incorporates the wages and fringe benefits of the following wage determinations Wage DeterminationOccupation Wage (Including Fringe Benefits) 05-2516, Revision 13Electronics Technician II$26.94 The contractor shall pay each employee that performs work under this contract at least the wages and fringe benefits indicated on the Wage Determination and the table above. The Government may require submission of payrolls, conduct labor interviews, or perform other investigations to determine that clients are receiving the wages and fringe benefits required under this contract. B.PROGRESS SCHEDULES AND REPORTS The contractor is not required to submit a detailed progress schedule for this contract. C.SUPERINTENDENCE The contractor shall, at all times and while work is being performed under this contractor, provide supervision and superintendence of workers under this contract. The contractor shall also provide superintendence of all prime and subcontractor work performed, regardless of whether or not the subcontractor is providing their own superintendence. D.CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. E.CONFIDENTIALITY AND NON-DISCLOSURE 1.The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the Contracting Officer at the conclusion of the task order. 2.The Contracting Officer will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the Contracting Officer for response. 3.Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the Contracting Officer. vii.Period of Performance: 30 Days After Receipt of Order FOB Point: Department Of Veterans Affairs Lincoln Regional Office, Building 5 600 S. 70TH Street Lincoln NE 68501 viii.FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-1Solicitation Provisions Incorporated By Reference (FEB 1998) 52.211-6Brand Name or Equal (AUG 1999) 52.216-1Type of Contract (APR 1984) VAAR 852.270-1Representatives of Contracting Officers (JAN 2008) VAAR 852.273-74Award Without Exchanges (JAN 2003) ix.FAR 52.212-2, Evaluation - Commercial Items, applies to this solicitation. Offers will be evaluated on price only. x.FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Offerors shall submit a completed copy of FAR 52.212-3 with its Offer. xi.FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this solicitation. The following provisions and clauses are added as addenda: VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.211-70 Service Data Manuals (NOV 1984) VAAR 852.211-73Brand Name or Equal (JAN 2008) VAAR 852.215-70Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009) VAAR 852.215-71Evaluation Factor Commitments (DEC 2009) VAAR 852.246-70Guarantee (JAN 2008) VAAR 852.246-71Inspection (JAN 2008) Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR Clause 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in the assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end the support contractor(s) may be required access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information of data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services that support contractor(s) will perform in assessing compliance are advisory assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. xii.52.212-5, Terms and Conditions Required to Implement Executive Orders - Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b clauses applicable: (4) 52.204-10Reporting Executive Compensation & First Tier Subcontract Awards (JUL 2010) (6)52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (7) 52.209-10Prohibition on Contracting with Inverted Domestic Corporations (21)52.219-28Post-Award Small Business Program Representation (APR 2009) (25)52.222-19Child Labor - Cooperation with Authorities and Remedies (JUL 20010) (26)52.222-21Prohibition of Segregated Facilities (FEB 1999) (27)52.222-26Equal Opportunity (MAR 2007) (29)52.222-36Affirmative Action for Workers with Disabilities (OCT 2010) (36)52.223-18Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (37)52.225-1Buy American Act - Supplies (FEB 2009) (40)52.225-13Restrictions on Certain Foreign Purchases (JUN 2008) (46)52.232-34Payment by Electronic Funds Transfer - Other than Central Contractor Registry (MAY 1999) Paragraph c clauses applicable: (1)52.222-41Service Contract Act of 1965 (NOV 2007) (2)52.222-42Statement of Equivalent Rates for Federal Hires (May 1989) This solicitation incorporates Wage Determination 05-2325, Revision 11 for Lancaster County, Nebraska. The class of employee that is anticipated to be used is Electronics Technician II at a labor rate of $26.94 including fringe benefits. xiii.N/A xiv.N/A xv.Offers are due not later than September 19, 2011 by 2:00PM Central Time. Offers may be submitted electronically to john.player2@va.gov or to (713) 383-1942. Offers may be submitted by mail to the following address Department of Veterans Affairs Support Services Division (362/24) Attn: John Player, Contracting Officer 6900 Almeda Road Houston TX 77030-4200 xvi.For additional information, please contact the Contracting Officer, John A. Player at (713) 383-1987.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HouVARO/HouVARO362/VA36211RQ0017/listing.html)
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS;LINCOLN REGIONAL OFFICE;600 SOUTH 70TH STREET;LINCOLN NE 68501
Zip Code: 68501
 
Record
SN02571788-W 20110914/110912235349-81fa00d705e51db335f3d6b891e85082 (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.