Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2013 FBO #4285
SOLICITATION NOTICE

58 -- 5601 Fishers Lane A/V Equipment & Installation - Non-Disclosure Agreement (Attachment 3) - Target Schedule (Attachment 2) - Small Business Subcontracting Plan Outline (Attachment 5) - Q&A from Pre-Solicitation Conference (Attachment 4) - Statement of Work (Attachment 1)

Notice Date
8/16/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
HHS-NIH-NIAID-RML-RFQ-13-001
 
Archive Date
9/14/2013
 
Point of Contact
Tamara K. McDermott, Phone: 4063757487, John - Foley,
 
E-Mail Address
tamara.mcdermott@nih.gov, jfoley@niaid.nih.gov
(tamara.mcdermott@nih.gov, jfoley@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1: Statement of Work (SOW) Attachment 4: Questions & Answers from Pre-solicitation Conference held August 14, 2013 Attachment 5: Small Business Subcontracting Plan Outline Attachment 2: AV Installation Target Schedule Attachment 3: Non-Disclosure Agreement for construction drawings I. OVERVIEW: This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR Part 13.5 Test Program for Certain Commercial Items, and 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. This procurement is being issued as a request for quotation. Submit offers on HHS-NIH-NIAID-RML-RFQ-13-001. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69 dated August 1, 2013. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 334310 and the small business size is 750 employees. It is anticipated that one firm fixed price contract will be awarded. II. STATEMENT OF NEED: The National Institute of Allergy & Infectious Diseases (NIAID) seeks assistance with providing and installing a complete and operational Audiovisual System(s) for a new 491,000 square foot building on Fishers Lane in Rockville, Maryland. The operational turnkey system shall be seamlessly integrated to link over 200 room subsystems into one coordinated whole. The purpose of this requirement is to provide and install the complete and operational Audiovisual System(s) as outlined in the Statement of Work (SOW) included in this solicitation package as Attachment 1. III. PERIOD OF PERFORMANCE: The period of performance will begin mid-September 2013. IV. DELIVERY: FOB Point shall be Destination, Rockville, MD. Delivery location is 5601 Fishers Lane, Rockville, MD 20851. Due to the critical timeline for this requirement, the anticipated start date is September 12, 2013 where the successful Contractor will be introduced at the weekly construction meeting. The Government anticipates schedule coordination with A/V Contractor of installation is complete by September 19, 2013. The Fishers Lane AV Installation Target Schedule is included in this solicitation package as Attachment 2. The Government's target schedule is extremely firm. V. TI DRAWINGS: Tenant Improvement Drawings will be made available to prospective offerors. Interested Contractors must complete a Non-Disclosure Agreement (NDA) before drawings will be released. Please email a written request along with the completed NDA to Contract Specialist, Tamara McDermott: tamara.mcdermott@nih.gov. The NDA form is attached to this solicitation package as Attachment 3. VI. INSTRUCTIONS: All interested Contractors shall provide a quote for the requirement as outlined in the SOW. The Government will evaluate only those quotes that fully meet the requirements as outlined in the SOW that respond to the instructions as outlined below. Offerors are required to submit both a technical quote (Volume 1) and a price quote (Volume 2) to Government officials for the purposes of assuring that the prospective Contractor is fully cognizant of the scope of this contract and has the capability to complete all SOW requirements. Failure to furnish a full and complete quote as instructed may result in the Offeror's response being considered non-responsive and will therefore be eliminated from further consideration and award. 1. Volume 1 - Technical Quote: No cost/price information is to be included in this volume. Offerors shall provide sufficient technical documentation to allow for thorough evaluation of their quote. Volume 1 shall not exceed 75 pages (excluding Cover page, Table of Contents, Appendices and Resumes). This volume shall include but is not limited to the following: a. Experience in the provision of systems similar in complexity: Documentation demonstrating all criteria listed in SOW Section 1.10 B. b. Personnel Qualifications: Resumes of all proposed key personnel. The page count for each resume shall not exceed three pages and must document certifications, education/training, and experience. c. Certifications: Documentation and evidence showing the Prime Contractor is the holder of all required certifications. e. Past Performance: Provide a list of three references with locations, names of contacts, and contact phone information with brief system descriptions and dollar amounts for each reference. References shall be for projects performed as the Prime Contractor. References shall be no more than five years old and be of similar size, type and complexity as the system set forth. Offeror may provide information on problems encountered on the contract(s) and corrective actions taken to resolve those problems - shall not exceed three pages in length. 2. Volume 2 - Price Quote: Your price quote shall be a separate volume from your technical quote. The price quote is to be submitted as a Firm Fixed Price (FFP) quote. Contract financing will not be considered under this requirement. Price quotes shall include the following: a. Proposed pricing for the equipment and services as described in the SOW shall be quoted under the following categories: i. Cabling ii. 9th Floor Equipment & Installation iii. 8th Floor Equipment & Installation iv. 7th Floor Equipment & Installation v. 6th Floor Equipment & Installation vi. 5th Floor Equipment & Installation vii. 4th Floor Equipment & Installation viii. 3rd Floor Equipment & Installation ix. 2nd Floor Equipment & Installation x. 1st Floor Equipment & Installation xi. Garden Level Equipment & Installation xii. Final Test & Acceptance of Entire System xiii. Warranty b. As applicable, each pricing category shall include separate lines for labor, professional services, and equipment. c. Provide a detailed equipment list in Microsoft Excel format showing Item Number, Item Description, Manufacturer, Part Number, Quantity and Price. 3. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: a. The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR b.The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) VII. EVALUATION & AWARD: Award will be based on: 1) Technical Solution; 2) Past Performance; 3) Delivery/Schedule; 4) Warranty; 5) Price and the best value to the Government. Technical Solution will receive paramount consideration in selection of the Contractor for this acquisition. All evaluation factors, other than cost or price, when combined are significantly more important than cost or price. Cost/price, however may become a critical factor in the event that two or more Offerors are determined to be essentially equal following the evaluation of all factors other than cost or price. The Government intends to make an award to that Offeror whose quote provides the best overall value to the Government. VIII. PROVISIONS, CLAUSES & OTHER The following FAR provisions and clauses apply to this acquisition and full text versions may be accessed electronically at: https://www.acquisition.gov/far/. FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation-Commercial Items FAR 52.212-3 Offerors Representations and Certifications-Commercial Items FAR 52-212-4 Contract Terms and Conditions-Commercial Items FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following clauses cited within this clause are applicable: 52.203-6 + Alt I; 52.203-13; 52.204-10; 52.219-4; 52.219-8; 52.219-9; 52.219-16; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-40; 52.223-15; 52.223-18; 52.225-5; 52.225-13; 52.232-33. The following additional FAR and HHSAR clauses apply: FAR 52.204-9 Personal Identity Verification of Contractor Personnel HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations To view HHSAR provisions and clauses in full text see website http://www.hhs.gov/policies/hhsar/ SMALL BUSINESS SUBCONTRACTING PLAN: Applicable to Large Businesses only. NIAID highly encourages small business participation. FAR clause 52.219-9 requires a small business subcontracting plan in order to be eligible for contract award. This requirement does not apply to small business or small disadvantaged business Offerors. Attachment 5 is provided as an outline that meets the minimal requirements of section 8(d) of the Small Business Act, as amended, and implemented by the Federal Acquisition Regulations (FAR) Subpart 19.7. This outline is not intended to replace any existing corporate master plan, which is more extensive. Assistance is available for locating small and small disadvantaged business sources by contacting NIAID's Small Business Specialist. For contact information, please send an inquiry to the Contract Specialist, Tamara McDermott. Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or any other Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror' s FSS or GWAC contract, and the statement required above shall be included in the quotation. All offers must be valid for a period of 60 days. The Government reserves the right to make an award without discussions based solely upon initial quotes. Therefore, the offeror's initial offer should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if determined by the Contracting Officer to be necessary. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) https://www.sam.gov/portal/public/SAM/ (Previously CCR at www.ccr.gov) prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation [Note: Lack of registration in the SAM will make an offeror ineligible for award]. All responsible sources may submit an offer that will be considered by the Agency. Offerors must submit all questions concerning this solicitation in writing to tamara.mcdermott@nih.gov. All questions must be received no later than August 22, 2013, 5:00 PM Eastern Daylight Savings Time. All responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation on or before, August 26, 2013. Offers must be submitted no later than August 30, 2013, 3:00 pm Eastern Daylight Savings Time. Offers will not be returned and will not be accepted after the closing date and time. All offerors shall submit two electronic files to Tamara McDermott, Contract Specialist: tamara.mcdermott@nih.gov. One electronic file shall contain the technical quote (volume 1); the second electronic file shall contain the price quote (volume 2). No hard copy submissions will be accepted. Email submissions should be submitted in.pdf format; however, Microsoft Word or Corel WordPerfect will be accepted. Quotes shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. In the subject line, please reference: HHS-NIH-NIAID-RML-RFQ-13-001.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/HHS-NIH-NIAID-RML-RFQ-13-001/listing.html)
 
Place of Performance
Address: NIAID, 5601 Fishers Lane, Rockville, Maryland, 20851, United States
Zip Code: 20851
 
Record
SN03152134-W 20130818/130816234833-af5aadc0b1047940f91b3f027c7addc6 (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.