SOLICITATION NOTICE
Z -- RTAMS Audio/Visual CM/PM Services
- Notice Date
- 4/29/2025 4:16:57 PM
- Notice Type
- Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- COMMANDING OFFICER TWENTYNINE PALMS CA 92278-8108 USA
- ZIP Code
- 92278-8108
- Solicitation Number
- M6739925Q0015
- Response Due
- 5/6/2025 9:00:00 AM
- Archive Date
- 05/21/2025
- Point of Contact
- Randy Zielinski, Phone: 7608305336, Pedro Tirado, Phone: 7608305124
- E-Mail Address
-
randy.zielinski@usmc.mil, pedro.tirado@usmc.mil
(randy.zielinski@usmc.mil, pedro.tirado@usmc.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- For the convenience of the government, the solicitation has been extended until Tuesday May 06, 2025. Please see attached Amendment 0001 for Questions and answers. Site Visit is scheduled and highly recommended. On Site visit Thursday, April 24, 2025 at 1 pm PDT. For a site visit appointment, the point of contact is Mr. Brad Covert, Training Resource Officer , phone: 760-830-4777. Participants as instructed will meet at USMC/MCAGCC/MAGTFTC Twentynine Palms, CA, 92278. PERFORMANCE WORK STATEMENT (PWS) Range Training Area Maintenance Section (RTAMS) A/V CM/PM Svcs Scope This Performance Work Statement (PWS) describes repair services for the Range Training Area Maintenance Section (RTAMS) audio and visual (A/V) equipment in the identified rooms in Building 1707, Marine Corps Base, Twentynine Palms, CA. The objective is to maintain the current equipment in operational condition to the maximum extent possible, minimizing the need for equipment upgrades and ensuring continued functionality. The Contractor shall provide all labor, management, supervision, and non-furnished tools necessary to perform the repair of the items as identified in the attachment. Work Site Locations The work will be performed at the following location: Building 1707, Marine Corps Base, Twentynine Palms, CA Classrooms: 103 (Classroom A), 104 (Classroom B), 105 (Classroom C), 106 (Classroom D), 108 (Conference room), 111 (Training room). The four (4) primary classrooms share a standardized A/V configuration. The conference room and (RMTK) room contains standalone systems with unique configurations. A site visit is strongly recommended. Performance Requirements/Tasks The contractor shall perform the following tasks in accordance with the standards and expectations outlined in this PWS: 3.1: Preventative Maintenance (PM) Visits The contractor shall perform quarterly visits to all work site locations, ensuring focus on preventative maintenance, reliability and the prolonged functionality of the A/V systems. These visits shall include: Cleaning of all Audio/Visual equipment. Conducting comprehensive system functionality tests to proactively recognize potential issues. Inspecting and maintaining all UPS battery components for the Audio/Visual equipment. Implementing minor adjustments or firmware updates to optimize system performance. Provide a detailed PM report, to include findings and any necessary recommendations, shall be submitted within 10 working days of each visit. The installed equipment includes Planar display screens and TrippLite UPS systems. Internal A/V hardware components include devices manufactured by AMX and EXTRON. Specific models may vary and can be confirmed during onsite inspections. 3.2: Corrective Maintenance (CM) and Repairs The contractor shall diagnose, troubleshoot, and repair issues affecting the functionality of the Audio/Visual systems in the designated rooms. This includes addressing deficiencies identified during inspections, routine maintenance, or as reported by end users to ensure operational efficiency. The contractor shall take all necessary corrective actions to restore full system functionality and provide recommendations for sustaining long-term performance. All CM repairs shall be documented, and a detailed report shall be provided within 10 working days of completion. Equipment replacement should be brand name or equal and interoperable with the existing systems. 3.3: Over and Above Work Each CM task order will require the contractor to submit a quote (to the CO/COR) identifying the materials and repair parts needed for completion of CM tasks. Over and Above work material/supplies shall be determined to be fair and reasonable and negotiated if necessary prior to performance of the work (max 52 per YR). The government has the right to purchase required supplies and materials from another source due to the lack of price reasonableness from the contractor. Emergency Support Contractor must be prepared to provide at a minimum, two 24�48 hour emergency response service calls annually, as directed through the Contracting Officer Representative (COR) and the Technical Point of Contact (TPOC). The COR/TPOC will be presented at the time of award. Developing problems on equipment will be communicated via phone with a requested support window of three (3) business days. Standard requests will be scheduled via email coordination. Remote help desk support shall be included as a required component of services and must be available for issue resolution and coordination outside of scheduled on-site support. Contractor Quality Assurance The contractor shall establish and maintain an effective quality assurance system to ensure compliance with the performance requirements standards of this PWS. The system shall include: Regular internal inspections and audits. Documentation of inspection results and the corrective actions taken. Compliance with government-specified quality control procedures. Reporting procedures for non-conformance issues and resolution timelines. The government reserves the right to conduct performance evaluations and quality assurance inspections to ensure compliance with contractual requirements. The contractor shall also cooperate fully with government representatives COR/TPOC in the evaluation process. Warranty All new equipment furnished by the contractor shall be accompanied by a manufacturer�s standard warranty. The contractor shall be solely responsible for ensuring that warranty repairs are made. Hours of Work All work will be conducted during standard work hours, Monday through Friday, 0800 � 1700 Pacific Time. Alternate work hours may be pre-arranged with the Contracting Officer Representative (COR) or Technical Point of Contact (TPOC) provided at the time of award. Contractors shall reserve service calls in advance, to avoid conflicts with room scheduling or occupancy. While no special access to the rooms is required, scheduling should account for room availability. Contracting Officer Representative (COR) The designated COR shall be the technical point of contact for the Government. The COR shall be appointed in writing by the Contracting Officer of the Regional Contracting Office (RCO). Upon learning of any discrepancy during the service period, the COR will contact the contractor and coordinate a resolution. All logistical coordination and contact with the contractor shall be initiated by the designated COR. The COR shall coordinate with the contractor their base access to the installation. Only authorized representatives may render contractor services, unless the list is subsequently modified by mutual agreement between the contractor and the COR to add/delete or terminate authorized representatives. The COR shall review and certify the contractor�s Invoice in Wide Area Workflow (WAWF) to ensure that services cited have been performed; and are consistent and reasonable for the effort completed during the period covered by the Invoice. The COR shall monitor the contractor�s service progress, costs, and quality of performance; notify the contractor of deficiencies observed during surveillance and direct appropriate action to effect correction. The COR shall record and report to the Contracting Officer any incidents of faulty or nonconforming service, delays or problems. The COR is not authorized to make changes or provide monetary adjustments to the contract. The only authority that can make contractual changes is the Contracting Officer of the Regional Contracting Office at (760) 830-5118. The designated COR will be assigned upon award. All contractor technicians must be eligible for base access and have no background offenses that would bar them from entering a U.S. military installation. Base access will be facilitated through government sponsorship.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1d057a02e47b4e1eb72f14c2cd0f3bfc/view)
- Place of Performance
- Address: Twentynine Palms, CA 92278, USA
- Zip Code: 92278
- Country: USA
- Zip Code: 92278
- Record
- SN07424681-F 20250501/250429230052 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |