Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
SOLICITATION NOTICE

N -- Audio Visual Upgrades

Notice Date
9/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018917R0118
 
Response Due
9/26/2017
 
Archive Date
10/11/2017
 
Point of Contact
Yvonne L Copeland 757-443-1365 Jill Joscelyn
 
E-Mail Address
<!--
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is _N00189-17-R-0118_. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Publication Notice 20161222. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is _334310_ and the Small Business Standard is _750_. This is a competitive, unrestricted action. The Small Business Office concurs with the set-aside decision. The _NAVSUP FLEET LOGISTICS Center Norfolk VA_requests responses from qualified sources capable of providing: three (3) high definition TV systems capable of supporting computer presentations, to include design, engineering, installation, integration, programming, documentation, training, and observed operational test to enable AV functionality while also providing for GFE unclassified and classified network (NIPRNET and SIPRNET) computer video display output and blue-ray DVD read/playback capability. Delivery [Period of performance] is _30 day after receipt of order, at which point the contractor shall make all necessary arrangements with the Government Point of Contact for scheduling delivery of new equipment/cabling, removal of old equipment/cabling, installation of all system components, observed operational testing, and training_; Delivery Location is _Virginia Beach, VA 23459-2896_. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Please refer to the following attachments: I. Performance Work Statement The following FAR provision and clauses are applicable to this procurement: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentially Agreements or Statements.. Representation (Jan 2017) 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements/Jan 2017) 52.204-7 System for Award Management (Oct 2016) 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-13 SAM Maintenance (Oct 2016) 52.204-16 Commercial and Government Entity Code Reporting (July 2016) 52.204-18 Cage Maintenance (July 2016) 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items. 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28 Post Award Small Business Program Rerepresentation (July 2013) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (April 2015) 52.222-26 Equal Opportunity (Sept 2016) 52.222-36 Equal Opportunity for Workers w/Disabilities (July 2014) 52.222-50 Combating Trafficking in Persons (March 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13 Restriction on Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer “SAM (July 2013) 52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017) 52.222-41 Service Contract Labor Standards (May 2014) 52.222-42 Statement of Equivalent Rates ¦(May 2014) 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3 Protest After Award 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by reference All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sept 2013) 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product (April 1992) 252.204-7004 Alt A System for Award Management (May 2013) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sept 2014) 252.225-7000 Buy American Act-Balance of Payments Program Certificate (Nov 2014) 252.225-7001 Buy American Act and Balance of Payments Program (Aug 2016) 252.225-7002 Qualifying Country Sources as Subcontractors (Aug 2016) 252.225-7048 Export-Controlled Items (June 2013) 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies On Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea If over the SAT and soliciting less than 30 days: 252.215-7007 Notice of Intent to Resolicit 252.215-7008 Only One Offer SITE VISIT INFORMATION Site Visit: In order to be considered for award, vendors will be required to attend a site visit. Vendors are responsible for all measurements and determining the final quantity of items required. Date: Thursday, 21 Sept 2017 Time:1215 EST Location: 2000 Amphibious Drive, Virginia Beach, VA 23459-2896 Note: Recommend entering JEB via gate 1 A site visit will be held prior to receipt of offers, so that all perspective contractors may view and inspect the area. In order to attend the site visit, contractors shall assemble at the above location not later than 1205 on Thursday, 21 Sept 2016. For those who do not have official government badges forward your name, last, first then middle initial to: Mr. Lonnie Muncy @ lonnie.muncy@navy.mil. If your name does not get on the list no badge will be issued. An access request on company letterhead must be presented either by email to Mr. Lonnie Muncy No later than Tuesday, 19 Sept 2017 at 12 noon EST. It is highly recommended that you email Mr. Lonnie Muncy the letter if possible. A copy of your request should also be forwarded to Yvonne L Copeland, Contract Specialist, at Yvonne.copeland@navy.mil or faxed to (757) 443-1333. The request must include the following information: 1. Address correspondence to: œTo Whom It May Concern  2. Letter contents: œ It is requested that the following named person(s) be issued badge(s) to access area, which is located at 2000 Amphibious Drive, Virginia Beach, VA 23459, Little Creek Base. The purpose of this visit is to tour and inspect the area in preparation for the procurement and installation of the Upgrade Audio Visual Upgrades. Letter contents should also include: (a) each company representative(s) full name(s), last, first and middle initial, (b) date(s) of birth, (c) place(s) of birth (city and state), (d) social security number(s), and ‚¬ statement of United States citizenship and that supporting documentation is available if requested. When requesting access to drive on the base facilities all offerors shall be in possession of valid driver ™s license, registration, inspection and insurance. Due to base security requirements, failure to make reservations for base entry by Tuesday 19 Sept 2017 may prohibit a contractor from attending the site survey. Contractors are limited to two (2) representatives for the site survey. NOTE: ADDITIONAL SITE VISITS WILL NOT BE ARRANGED FOR ANY PARTIES WHO ARRIVE AFTER THE GOVERNMENT AND THE INSPECTION PARTIES HAVE DEPARTED FROM THE AREA. ALL PARTIES ARE STRONGLY ENCOURAGED TO BE ON TIME. This announcement will close at 1300 on Eastern Standard Time on Tuesday, Sept 26, 2017. Contact Yvonne L Copeland who can be reached at 757-443-1365 or email yvonne.copeland@navy.mil@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. When evaluation factors are used include: FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. This procurement will utilize Lowest Priced Technically Acceptable (LPTA) evaluation procedures. To be considered technically acceptable, offerors shall provide technical capability of the specified services in accordance with the attached Statement of Work and certify that they can meet delivery date shown above. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018917R0118/listing.html)
 
Record
SN04680140-W 20170917/170915231706-e7f838be3c44511dcda64b049d25c854 (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.