Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
MODIFICATION

59 -- Crestron Upgrade - Questions & Answers

Notice Date
8/12/2016
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Alabama, PO Box 3715, Montgomery, Alabama, 36109-0715, United States
 
ZIP Code
36109-0715
 
Solicitation Number
W912JA-16-R-0010
 
Archive Date
9/1/2016
 
Point of Contact
William "Craig" Kast, Phone: 334-271-7333, Ronald W Danford, Phone: 3342717358
 
E-Mail Address
william.c.kast.civ@mail.mil, ronald.w.danford.mil@mail.mil
(william.c.kast.civ@mail.mil, ronald.w.danford.mil@mail.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
This document contains answers to questions raised by potential offerors. August 12, 2016 - Added Questions and Answers document ______________________________________________________________ 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. 2. Solicitation number W912JA-16-R-0010 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. 3. Vendors must possess an active registration at www.sam.gov. Vendors which do not possess an active registration at the time their quotation is received will not be considered for award. Quotes from vendors which do not possess an active registration at www.sam.gov will be considered non-responsive and not considered in the competition. Registration/renewal at www.sam.gov is the responsibility of the vendor. 4. This requirement is being competed as a total set-aside for Woman-Owned Small Businesses. The North American Industry Classification System (NAICS) code is 334310. 5. The Government intends to award a firm fixed price contract. 6. This requirement includes a brand name restriction for Crestron products. Where Crestron products are indicated in the attached Statement of Work (SOW), substitution of alternate products is not allowed. 7. Equipment listed in the SOW that is not identified as a Crestron product is not subject to brand name restrictions. Products offered in response to these pieces of equipment must meet or exceed the performance characteristics of the equipment listed in the SOW. 8. The requirement is for an upgrade to existing equipment in the auditorium (Room 130) of the George C. Wallace armory in Montgomery, Alabama. We are upgrading the Crestron Video system from an analog system to a digital system. This involves converting/installing and configuring the system components and all attached devices. The Crestron system serves as the media control system for presentations and conferences that occur in the room. 9. See the accompanying Statement of Work for details of the work. 10. Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted to Craig Kast via email at William.c.kast.civ@mail.mil. 11. Questions submitted after August 12th may not receive a response. 12. New equipment only. No re-manufactured components may be tendered as part of an offeror's quotation in response to this solicitation. All quoted items must be covered by the manufacturer's warranty. 13. The following provisions are applicable: 52.209-7 - Information Regarding Responsibility Matters 52.211-6 - Brand Name or Equal (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. 52.212-1 - Instructions to Offerors - Commercial; 52.212-2 - Evaluation -- Commercial Items (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: (i) Technical capability - The Offeror must demonstrate that they are a certified Crestron installer. (ii) Past Performance - The Offeror must demonstrate proof of successful installations of similar Crestron equipment on 3 projects in the last 2 years. (iii) Price 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. 52.212-3 Alt 1 - Offeror Representations and Certifications -- Commercial Items (Dec 2012) 52.233-2 - Service of Protest (Sep 2006) Service address is: USPFO Purchasing & Contracting 1740 Congressman Dickinson Drive Montgomery, Alabama 36109-0715 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998); http://farsite.hill.af.mil/ 252.203-7005 - Representation Relating to Former DoD Officials (Nov 2011); 252.204-7011 Alternative Line Item Structure 252.209-7001 - Disclosure of Ownership by the Government of a Terrorist Country (Jan 2009) 252.209-7998 - Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law (DEVIATION) (Dec 2012). 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (DEVIATION) (Jan 2012) 252.225-7000 - Buy American Act-Balance of Payments Program Certificate (Dec 2009) 252.225-7010 - Commercial Derivative Military Article, Specialty Metals Compliance Certificate 252.225-7018 - Photovoltaic Devices - Certificate 14. The following clauses are applicable: 52.203-3 - Gratuities 52.204-7 - Central Contractor Registration (Feb 2012); 52.212-4 - Contract Terms and Conditions - Commercial Items (Feb 2012); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr 2012); 52.219-6 - Notice to Total Small Business Set Aside (Nov 2011); 52.219-8 - Utilization of Small Business Concerns (May 2011); 52.219-14 - Limitations on Subcontracting (Nov 2011); 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Mar 2012); 52.222-21 - Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Mar 2007); 52.222-35 - Equal Opportunity for Veterans (Sep 2010); 52.222-36 - Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37 - Employment Reports on Veterans (Sep 2010) 52.222-40 - Notifications of Employee Rights Under the National Labor Relations Act 52.222-50 - Combating Trafficking in Persons (Feb 2009); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.225-19 - Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission outside the United States 52.232-18 - Availability of Funds (Apr 1984) 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.247-34 - F.O.B Destination (Nov 1991); 52.252-2 - Clauses Incorporated by Reference (Feb 1998); 52.252-6 - Authorized Deviations in Clauses (Feb 1998); 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 252.232.7010 - Levies on Contract Payments (Dec 2006) 15. Email offers to William.c.kast.civ@mail.mil. 16. All submitted quotes must be valid through 4:00PM CST September 30, 2016. 17. Place of Performance: George C. Wallace National Guard Armory Room 130 1750 Congressman Dickinson Drive Montgomery, Alabama 36109-0715 18. Point of Contact(s): Craig Kast 334-271-7333 William.c.kast.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA01/W912JA-16-R-0010/listing.html)
 
Place of Performance
Address: George C. Wallace National Guard Armory, Room 130, 1750 Congressman Dickinson Drive, Montgomery, Alabama, 36109, United States
Zip Code: 36109
 
Record
SN04221201-W 20160814/160812234302-efc74a5a62c3421086205f781d25079b (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.