Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2015 FBO #5028
MODIFICATION

D -- AUDIO VISUAL EQUIPMENT & INSTALLATION FOR MS JOINT FORCE HEADQUARTERS & CAMP SHELBY

Notice Date
8/28/2015
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-15-T-0026
 
Response Due
9/4/2015
 
Archive Date
10/27/2015
 
Point of Contact
Kady Fontenot, 601-313-1565
 
E-Mail Address
USPFO for Mississippi
(kady.c.fontenot.civ@mail.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. The solicitation number is W9127Q-15-T-0026 is issued as Request for Quotes in accordance with FAR Parts 12 & 13. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2005-74 effective 1 Jul 2014. This solicitation is 100% small business set aside and restricted to small businesses only in accordance with FAR 19.502-2(b). The North American Industry Classification System Code (NAICS) 334310, Small Business Standard 750; in addition NAICS 238210, Small Business Standard $14.0, will be considered. All responsible sources may submit a quote, which if received timely, will be considered by the USPFO-MS Purchasing and Contracting Office. Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award. It is the Offeror's responsibility to ensure their quote meets all the requirements identified herein. It is the responsibility of the offerors to monitor this site for any modifications, updates and or changes. MS ARNG has a requirement for Audio Visual Equipment Upgrade and Installation. CLIN 0001: Equipment at first location (Building 1450-Classroom A). Include break down of product prices necessary to meet this requirement. CLIN 0002: Installation at first location (Building 1450-Classroom A). Include breakdown of hourly labor rate anticipated labor hours per classroom and total hours for entire project. Provide projected timeline for equipment receipt and installation. Labor including all on-site installation and wiring, coordination and supervision, testing, checkout, owner training, etc. performed on the Owner's premises. Also includes all fabrication, modification, assembly, rack wiring, programming, etc., some performed at AV contractor's premises. May include design drawings, run sheets, instruction manuals, programming, etc.if required. CLIN 0003: Equipment at first location (Building 1450-Classroom B). Include break down of product prices necessary to meet this requirement. CLIN 0004: Installation at first location (Building 1450-Classroom B). Include breakdown of hourly labor rate anticipated labor hours per classroom and total hours for entire project. Provide projected timeline for equipment receipt and installation. Labor including all on-site installation and wiring, coordination and supervision, testing, checkout, owner training, etc. performed on the Owner's premises. Also includes all fabrication, modification, assembly, rack wiring, programming, etc., some performed at AV contractor's premises. May include design drawings, run sheets, instruction manuals, programming, etc.if required. CLIN 0005: Equipment at first location (Building 3500-Downstairs). Include break down of product prices necessary to meet this requirement. CLIN 0006: Installation at first location (Building 3500-Downstairs). Include breakdown of hourly labor rate anticipated labor hours per classroom and total hours for entire project. Provide projected timeline for equipment receipt and installation. Labor including all on-site installation and wiring, coordination and supervision, testing, checkout, owner training, etc. performed on the Owner's premises. Also includes all fabrication, modification, assembly, rack wiring, programming, etc., some performed at AV contractor's premises. May include design drawings, run sheets, instruction manuals, programming, etc.if required. CLIN 0007: Equipment at first location (Building 3500-Upstairs). Include break down of product prices necessary to meet this requirement. CLIN 0008: Installation at first location (Building 3500-Upstairs). Include breakdown of hourly labor rate anticipated labor hours per classroom and total hours for entire project. Provide projected timeline for equipment receipt and installation. Labor including all on-site installation and wiring, coordination and supervision, testing, checkout, owner training, etc. performed on the Owner's premises. Also includes all fabrication, modification, assembly, rack wiring, programming, etc., some performed at AV contractor's premises. May include design drawings, run sheets, instruction manuals, programming, etc.if required. 1) TECHNICAL: Contractor must submit an explanation of its proposed technical approach in conjunction such a manner as to enable the Government reviewers to make a thorough evaluation and arrive at a sound determination of whether the proposal meets all technical requirements of the solicitation. To this end, the Technical Proposal should be sufficiently specific, detailed and complete as to clearly and fully demonstrate that the offeror has a thorough understanding of the requirements set forth in this solicitation. SCOPE OF WORK 1st LOCATION (Building 1450-Classroom A): -2 each TV 80 inch 1080p, LED Sharp (or equivalent to) pro consumer grade -2 each TV Wall Mount with Tilt -Apple TV install (with HDMI) -Blu-Ray player (with HDMI) -New switcher to control inputs (touch screen, compatible to users with existing touch screens within 154th RTI) -Use existing Document Camera, upgrade cables, and connectors as necessary. -Keep existing podium (remove all un necessary equipment from podium) -Keep existing RTI controller, upgrade control panel to mimic program of existing FSR Flex 200 and upgrade to CX7. (all new programming is necessary for controller) -Keep and reuse existing speakers and speaker wires. -Keep and use existing power management. -Keep and reuse existing amplifier. -Keep and reuse existing Nexia for audio control (assuming Nexia is fully functional for upgrade, contractor not responsible if Nexia is not operational. As of site visit it was operational) -Remove all unused wiring -Remove all existing AV equipment that is NOT to be used after install. -New IO plates for wall mounts for new inputs -Dress cable and equipment under podium -New Computer inputs needed HDMI & VGA -Install all cable management such as Panduit -Must be capable of controlling Classroom A Display and sound from a single source SCOPE OF WORK 1st LOCATION (Building 1450-Classroom B): -TV and Wall mount is existing -Apple TV (HDMI) -Blu-Ray player (HDMI) -NEW KX2 touch panel with FSR and new programming -Wall mount equipment rack approx. 36-42 inch tall. Lockable. With 3u retractable shelf for laptop. Dressed with blank inserts. -New Computer inputs needed HDMI & VGA -Install all cable management such as Panduit (or equivalent) -Touch controller FSR Flex 200 ( equivalent to existing equipment) -Install new Scaler up converter -New Power management SCOPE OF WORK 2nd LOCATION (Building 3500-Downstairs): -TV 80 inch 1080p, LED Sharp (or equivalent to ) pro consumer grade -TV Wall Mount with tilt -Apple TV (HDMI) -Blu-Ray player (HDMI) -Wall mount equipment rack approx. 36-42 inch tall. Lockable. With 3u retractable shelf for laptop. Dressed with blank inserts. -Touch controller FSR Flex 200 ( equivalent to existing equipment) -Keep and use existing speakers, and speaker cables -Install new Scaler up converter -Relocated existing amplifier -Remove all existing AV equipment ( Leave pull down Projector Screen ) -Remove all cables not used -New Power management -New computer inputs HDMI and VGA -Install all cable management such as Panduit (or equivalent) SCOPE OF WORK 2nd LOCATION (Building 3500-Upstairs): -TV 80 inch 1080p, LED Sharp (or equivalent to ) pro consumer grade -Mobile video cart with integrated 12u rack capable of holding 80 inch TV, Apple TV, Satellite receiver, Blu-ray player ( all enclosed) and a 12x32 inch work station shelf for docking station and laptop above the integrated rack. -Apple TV (HDMI) -Blu-Ray player (HDMI) -Relocate coax cable for satellite box -Install existing satellite receiver box with component connections to scaler if needed. -Need computer inputs HDMI and VGA -Scaler up converter -Touch controller for inputs mounted outside mobile cart for convenient access. - Touch controller FSR Flex 200 (equivalent to existing equipment) -Install all cable management such as Panduit (or equivalent) -25 foot coax flex cable for satellite receiver. (from mobile cart to wall) -Wall mount for coax with connectors SITE VISIT: There will be a site visit to assist with the quote development for this requirement. The site visit will be 19 Aug. 2015 at 10:00am at Camp Shelby for the two buildings located there. All interested parties must contact Kady Fontenot prior to 19 July 2014 for a reservation. A maximum of (2) two representatives will be permitted per company. Please provide names and contact information, emails and phone numbers for those attending. There are multiple locations for the installation of the upgraded/new equipment. 1st Location is building 1450 (Classroom A &B) 14th Street Camp Shelby, MS 39407. 2nd Location is building 3500 quote mark C quote mark Avenue Camp Shelby, MS 39407. There will be two areas which require installation, one upstairs (NCOA Operations office) and one downstairs (RTI Executive Conference Room). Neither area has proper wiring for the new system. Include all applicable fees, including DELIVERY; Warranty information; and ESTIMATED DELIVERY TIME. Prices quotes must be Firm-Fixed Price to include shipping and handling charges based on F.O.B. Destination. All offerors must include Fed Tax ID #, CAGE Code, and DUNS Number. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. Award is based on technical and price and when combined are equal (Lowest Price Technically Acceptable). All potential sources shall be registered in the SAMs prior to proposal submission, https://sam.gov/portal/publis/sam in order to be considered eligible for award. Electronic Submission of Payment Requests and Receiving Reports DFAR 252.22-7003, apply to this requirement. In order for vendors to be paid, all vendors must now use an E-invoicing system called Wide Area Work Flow (WAWF). To gain access to the WAWF production system, contractors must acquire an account available at https://wawf.eb.mil/. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. This announcement is the solicitation which will result in a firm fixed-price contract. Proposals are due no later than 4:30 p.m., CST, 04 Sept. 2015. Submit quotes via email or fax to Kady Fontenot, kady.c.fontenot.civ@mail.mil or 601-313-1569; mail to: USPFO-MS-PC, Attn: Kady Fontenot, 144 Military Drive, Flowood, MS 39232-8861. Questions may also be directed to Kady Fontenot in writing, via email, to the above mentioned e-mail address NLT three days prior to date of RFQ closing. Any questions received after 01 Sept. 2015, will not receive a response. Should offerors require additional clarification or have any questions regarding this requirement, must be submitted in writing by email, addressed to Kady Fontenot, kady.c.fontenot.civ@mail.mil. All questions must be received by 01 Sept 2015, 4:30 pm CST. Requests for a copy of the solicitation will not receive a response. It is the responsibility of the interested parties to review this site frequently any updates/amendments to this solicitation. The following FAR provisions apply: FAR 52.212-1, Instructions to Offerors - Commercial Items. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items, FAR 52.212-2, Evaluation- Commercial Items. EVALUATION CRITERIA WILL BE BASED ON BEST VALUE; PRICE, TECHNICAL AND PAST PERFORMANCE. TECHNICAL AND PAST PERFORMANCE, WHEN COMBINED, ARE APPROXIMATELY EQUAL TO PRICE. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; DFAR 252.203-7000-Requirements Relating to Compensation of Former DoD Officials FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items. Applicable FAR Clauses cited within 52.212-5 are as follows: 52.203-6-Restrictions on Subcontractor Sales to the Government; 52.204-10-Reporting Subcontract Awards.; 52.219-6, Notice of Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-36, Affirmative Action for Workers with Disabilities; Full text of these clauses may be accessed on-line at http://farsite.hill.af.mil/vffara.html. Contracting Office Address: USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860 Place of Performance: CSJFTC Building 1450 14th Street Camp Shelby, MS 39407 & Building 3500 quote mark C quote mark Avenue Camp Shelby, MS 39407 Point of Contact(s): Kady Fontenot, 601-313-1565
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-15-T-0026/listing.html)
 
Place of Performance
Address: Camp Shelby Joint Force Training Center, Camp Shelby, MS
Zip Code: 39407
 
Record
SN03862208-W 20150830/150829000049-ab7f5c74f40f46c4cdc52afb5e68b7f0 (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.