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, 2019 FBO #6473
SOLICITATION NOTICE

59 -- Audio Visual System Hardware, Integration and Installation

Notice Date
8/12/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
36C10E19Q0277
 
Response Due
9/5/2019
 
Archive Date
11/4/2019
 
Point of Contact
Ph: 502-566-4344;
 
E-Mail Address
robert.mulheran@va.gov
(Richard.Frymire@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned 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; quotes are being requested and a written solicitation will not be issued. Solicitation 36C10E19Q0277 is issued as a request for quote (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-03, Dated 7/12/2019. The solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Business. The applicable NAICS Code for this solicitation is 334310 and the Small Business Size limitation is 750 Employees. This solicitation is set-aside exclusively for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns in accordance with Public Law 109-461, Veterans First Program. Only offers from SDVOSB concerns that are registered and verified in the Center for Verification and Evaluation (CVE) Vendor Information Pages (VIP) website at https://www.vip.vetbiz.gov/ at the time date set for receipt of offers shall be considered for award. Offers from SDVOSB concerns that are not registered shall be rejected as non-responsive and shall not be considered for award. This solicitation is issued with the intent of awarding a Firm-Fixed Price Commodity Contract. Please provide pricing for following Line Items: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 AUDIO AND VISUAL SYSTEM EQUIPMENT CONTRACTOR SHALL PROCURE, INTEGRATE AND INSTALL ALL REQUIRED A/V EQUIPMENT TO MEET THE GOVERNMENT S NEEDS AS PER THE ATTACHED STATEMENT OF WORK (SOW). 1.00 LT Description of Requirement The Louisville Regional Office s goal (321 West Main Street, Louisville KY 40202) is to create a modern training room using the latest technology which can support seamless communication with regional office employees in office, teleworking, and at out-based locations. Using the latest technology, this will also allow the Louisville Regional Office to integrate higher headquarters such as District Office, Office of Field Operations, and other Central Office staff offices to support onsite field visits and remote meetings; and, in addition, local town halls, award ceremonies and training. This requirement is fully detailed in the attached SOW. There are 7 Rooms requiring Audio and Visual (A/V) Equipment. There are 4 Training Rooms and 3 Conference Rooms. Delivery Terms: FOB Destination Delivery Address: Department of Veterans Affairs Louisville VA Regional Office 321 West Main Street Louisville KY 40202 Required Delivery Date (RDD): Request best RDD without incurring an additional expediting fee. FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2018), applies to this solicitation. The following provisions are added as addenda: 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.211-6 Brand Name or Equal (AUG 1999) 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) 852.273-74 Award Without Exchanges (JAN 2003) (End of Addendum to 52.212-1) Site Visit: A site visit has been scheduled for Friday, August 23, 2019, at 09:30 a.m. EST (Local Time), at the Louisville Veterans Administration Regional Office (VARO), 321 West Main Street, Louisville KY 402021. A list of anticipated attendees must be emailed to Richard.Frymire@va.gov (Cc: robert.mulheran@va.gov) prior to the site visit. The list must contain attendees name, represented business, and contact information. This will be the only opportunity for potential offerors to visit the site. All potential offerors, subcontractors, and suppliers are strongly encouraged to attend this site visit. Submission of Offers: Offers are due no later than September 5, 2019 by 5:00 PM EST. Offers shall be submitted electronically to robert.mulheran@va.gov. The email subject line must contain the following: Quote in Response to 36C10E19Q0277, A/V System. Offers shall be based on the requirements of the solicitation, and must contain the following: Company name, address, DUNS Number, tax identification number (TIN), and point of contact with phone number, and e-mail address. A completed price schedule in the format as provided in Section v as well as broken down in sufficient detail to allow the determination of Price Reasonableness. Acknowledgement of any/all amendments; Solicitation Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail to robert.mulheran@va.gov. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is August 28, 2019 @ 5:00 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. Amendments: Amendments to this solicitation will be posted at http://www.fedbizopps.gov (FBO). Paper copies of the amendments will NOT be individually mailed. By registering to receive notifications on FBO, offerors will be notified by email of any new amendments that have been issued. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Failure to acknowledge an amendment may result in your offer being considered unacceptable. QUOTE REQUIREMENTS At a minimum, each Contractor is required to submit a quote for all line items noted in section v. Your quote should also be formatted in an appropriate manner to allow your quote to be reviewed in compliance with the noted Evaluation Factors noted in section ix (FAR 52.212-2). SUBSTITUTES. Any substitutes to those Brands/Part Numbers noted in the SOW must include all necessary Technical Documents necessary to show that the substituted equipment has the same Capabilities, Functions, and Quality as those Brands/Part Numbers noted in SOW. Submitted quotes should be valid for a minimum of 45 Days. FAR 52.212-2, Evaluation-Commercial Items (OCT 2014) applies to this solicitation. The following details the Basis for Award and the applicable Evaluation Criteria. Basis for Award: 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: Technical capability of the items offered to meet the Government requirement. Acceptable: Provided quote clearly and separately addresses all desired functionalities desired in all Seven Rooms (7) per Statement of Work (SOW) sections 3.0.d., 3.0.e., 3.0.f., 3.0.g., 3.0.i, 3.0.j, and 3.0.k. Quote denotes the Brand and Part Numbers of all major pieces of equipment separately by Room. Quote addresses the Wireless Microphone requirement in the four training rooms per SOW section 3.0.h. Quote acknowledges that the Department of Veteran s Affairs will own any and all programming code as denoted in SOW section 3.0.o. Unacceptable. Any quote that isn t found to be Acceptable per the minimum specifications noted above (1.1 Acceptable). Offers the lowest reasonable and balanced price. The Government will evaluate each offeror's proposed prices submitted in completed RFQ for reasonableness and balance as discussed in the following paragraphs 2.1.1 and 2.1.2. Offerors are advised to review all data items and ensure that they are proposing to the specific data requirements and level of effort involved. Reasonableness: The existence of adequate price competition is expected to support a determination of reasonableness. Price analysis techniques may be used to validate price reasonableness. If adequate price competition is not obtained and/or if price reasonableness cannot be determined using price analysis of Government obtained information, additional information may be required to support the proposed price. Balance: Unbalanced pricing exists when, despite an acceptable price, the price of one or more contract line items is significantly overstated or understated as indicated by the application of proposal analysis techniques. The Government will analyze the proposed prices to determine whether there are unbalanced separately priced line items. Prices submitted will be compared and evaluated to assure that a logical progression exists as related to price and quantity changes within each offeror s response to the pricing structure in the Schedule. Offerors are cautioned against submitting an offer that contains unbalanced pricing; offers that are determined to be unbalanced may be rejected if the lack of balance poses an unacceptable risk to the Government. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (OCT 2018) applies to this solicitation. The offeror has completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) applies to this solicitation. The following clauses are added as addenda: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 852.203-70 Commercial Advertising (MAY 2008) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016)(DEVIATION) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.232-72 Electronic Submission of Payment Requests (Nov 2018) 852.246-71 Rejected Goods (OCT 2018) 852.270-1 Representatives of Contracting Officers (JAN 2008) (End of Addendum to 52.212-4) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2019), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b clauses applicable: (4) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (OCT 2018) (8) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (22) 52.219-28 Post-Award Small Business Program Representation (JUL 2013) (25) 52.222-3 Convict Labor (JUNE 2003) (26) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (JAN 2018) (27) 52.222-21 Prohibition of Segregated Facilities (APR 2015) (28) 52.222-26 Equal Opportunity (SEP 2016) (29) 52.222-35 Equal Opportunity for Veterans (OCT 2015) (30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (31) 52.222-37 Employment Reports on Veterans (FEB 2016) (33) 52.222-50 Combating Trafficking in Persons (JAN 2019) (39) 52.223-14 Acquisition of EPEAT ®-Registered Televisions (JUN 2014) (42) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (47) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) (49) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) (55) 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (OCT 2018) Paragraph c clauses applicable: (2) 52.222-41 Service Contract Labor Standards (MAY 2014) (3) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) Employee Class Monetary Wage Fringe Benefits 23181 Electronics Technician Maintenance I WG-8 (8) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) (9) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Service Contract Labor Standards: Wage Determination No.: 2015-4717, Revision No.: 11, Date Of Revision: 07/16/2019, Additional Contract Requirements or terms and conditions: Wage Determination 2015-4717 (Rev.11) is incorporated into this contract by reference and can be found at the following link: https://beta.sam.gov/wage-determination/2015-4717/11/document Defense Priorities and Allocations Systems and assigned rating: N/A Offers are due no later than September 5, 2019 by 5:00 PM EST. Offers shall be submitted electronically to email address Robert.Mulheran@va.gov. Only written quotes shall be acceptable and must be received and identified by solicitation #36C10E19Q0277. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this solicitation. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being rated unsatisfactory and ineligible for award. The vendor must be active in the System for Award Management (SAM), and all SDVOSB must be certified by the Center for Veterans Enterprise (CVE) at www.vetbiz.gov, to be eligible to participate and to receive an award. For additional information, please contact the Contracting Officer, Robert Mulheran at (612) 970-5621, or via e-mail to Robert.Mulheran@va.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/36C10E19Q0277/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Louisville VA Regional Office;321 West Main Street;Louisville KY
Zip Code: 40202
Country: USA
 
Record
SN05402015-F 20190814/190812230043 (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.