Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2012 FBO #3795
SOLICITATION NOTICE

59 -- 65th PAOC Conference Room

Notice Date
4/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
USPFO for Massachusetts, 50 Maple Street, Milford, MA 01757-3604
 
ZIP Code
01757-3604
 
Solicitation Number
W912SV-12-T-0018
 
Response Due
4/22/2012
 
Archive Date
6/21/2012
 
Point of Contact
Margaret Leslie Sullivan, 508-233-6670
 
E-Mail Address
USPFO for Massachusetts
(margaret.l.sullivan@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. Statement of Work Purpose: The purpose of this SoW is to define the necessary skill sets required to implement the desired conference room solution at the 65th PAOC. The contractor must meet the following requirement as a minimum: Contractor must primarily provide service in audio visual equipment installation. Scope of Work: The scope of this project consists of designing and installing a new conference room for the 65th PAOC. The contractor will design and install a conference room system for the above stated mission and organization according to the following requirements: Design Phase: Design will be for a conference room with the following dimensions o30 feet in length x 28 feet in width and a ceiling height of 118 inches Design will consist of an A/V rack no higher than 20U, a 4500 lumens ceiling mounted projector, a 60 inch high x 80 inch wide wall mounted manual pull down screen, 2 surface mounted speakers, Blu-Ray DVD player, rack mounted audio/video switcher with integrated amplifier, microphone and podium. System will have HDMI/DVI/VGA/Audio inputs for local and rack mount computers. A/V rack will have a rack mounted surge protector. An on-site visit can be coordinated through the VI Office. Installation Phase: Wiring will meet current building codes. A/V Rack will be installed in the front of the room on the right hand side corner (closest to exit) The manual pull down screen will be installed centered on the wall The speakers will be installed on both sides of the projection screen Network cables will be CAT 6 The contracted party will provide training for the 65th PAOC personnel on the installed equipment. Maintenance: The contract vendor will provide a one year maintenance support contract on installation of new equipment. The maintenance support will be 8 hours/day x 5 days per week with a response time of 24 - 48 hours. Period of Performance: May 15, 2012 - May 31, 2012 Physical Location: The place of performance for this contract will be 65th PAOC, 1137 Washington Street W. Newton, MA 02465. Conference room is located on the second floor of the Armory. Supplies and Equipment The following items will be provided by the Government to the contractor Manual projection screen1ea Ceiling mounted projector1ea Adjustable column mounting plate1ea Surface mounted speakers2ea Acceptance Criteria: Upon completion of installation, contractor will coordinate with the 65th PAOC to conduct a walkthrough inspection of the conference room and certify that it is fully operational. Once certified, the contractor will submit all required wiring diagrams and/or instructions within the following 5 working days to the Visual Information Office. Once received, payment will be processed. Special Requirements: Contractor will pick up manual pull down screen from the Methuen Readiness Center Contractor will pick up speakers, projector, ceiling mount and associated hardware from Joint Force Headquarters Milford **This end the Statement of Work** Instructions: Submit your quote in writing on letter head with your Tax ID#, Duns and CCR#, with a Point of Contact NLT Midnight (12am) 23 April 2012 to margaret.l.sullivan@us.army.mil. All questions must be submitted in writing by Noon, April 18, 2012 to Margaret via email. All answers will be posted by (12pm) noon, April 19, 2012. The Government intends to evaluate proposals and make awards(s) without discussions with offerors (except for needed clarifications as per FAR 15.306(a). Therefore, your initial proposal should contain your best terms, as it pertains to cost/pricing. Do not assume you will have the opportunity to clarify, discuss, or revise your original proposal. At Governments discretion, offerors may be asked for more information or to clarify their offer, request for such information doesn't constitute discussions. However, the Government reserves the right to conduct discussions if the Contract Officer later deems it necessary. The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforming to the solicitation and will be most advantageous to the Government, based on equally on price and past performance, and capabilities. **Please be sure to view all attachments**. Please be sure to break out pricing by 1)Design, 2)equipment by each item, 3)installation and lastly 4) maintenance. 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 provision 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 52.204-7 - Central Contractor Registration 2) FAR 52.201-1 - Instructions to Offerors--Commercial Items 3) FAR 52.212-2 - Evaluation--Commercial Items 4) FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items, with Alternate I 5) FAR 52.212-4 - Contract Terms and Conditions--Commercial Items 6) 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 52.222-3 - Convict Labor b. FAR 52.222-21 - Prohibition of Segregated Facilities c. FAR 52.222-26 - Equal Opportunity d. FAR 52.222-36 - Affirmative Action for Workers with Disabilities e. FAR 52.222-50 - Combating Trafficking in Persons f. FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving g. FAR 52.225-13 - Restrictions on Certain Foreign Purchases h. FAR 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration i. FAR 52.232-36 - Payment by Third Party j. FAR 52.233-3 - Protest After Award k. FAR 52.233-4 - Applicable Law for Breach of Contract Claim 7) FAR 52.252-2 - Clauses Incorporated by Reference 8) DFARS 252.203-7000 Requirements relating to Compensation of Former DoD Officials 9) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 10)DFARS 252.204-7004 Central Contractor Registration, Alternate A 11)DFARS 252.209.7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 12)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 within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.247-7023 ALT III Transportation of Supplies by Sea Alternate III 13) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 14) 252.232-7010 Levies on Contract Payments 15) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offer may obtain information on registration at www.ccr.gov. Also in accordance with FAR 52.212-3, Offeror Representations and Certifications Commercial items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19/W912SV-12-T-0018/listing.html)
 
Place of Performance
Address: USPFO for Massachusetts 50 Maple Street, Milford MA
Zip Code: 01757-3604
 
Record
SN02722225-W 20120415/120413235546-559e68b0cd4fe0fe3b762893daa34e31 (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.