Amendment to Combined Synopsis/Solicitation – Conference Room A/V
Federal Information & News Dispatch, Inc. |
Notice Type: Amendment to Combined Synopsis/Solicitation
Posted Date:
Office Address:
Subject: Conference Room A/V
Classification Code: D - Information technology services, including telecommunications services
Solicitation Number: F3Z3514239AW01-ConferenceRmAV
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address):
Place of Performance (zipcode): 94535
Place of Performance Country: US
Description:
Air Mobility Command
60th CONS
60th CONTRACTING SQUADRON
COMBINED SYNOPSIS/SOLICITATION
FOR
MSG Conference Room A/V Equipment and Installation
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.
GENERAL INFORMATION
Solicitation Number: PR# F3Z3514239AW01
Request for Quotation (RFQ) 0 Request for Proposal (RFP) 0 Invitation for Bid (IFB) 0
This solicitation and the incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76 Effective
This acquisition is 100% set-aside for 8a small businesses only. Large businesses may not submit an offer.
North American Industry Classification Code (NAICS): 334310 Size Standard: 750 EMP
DELIVERY DATE Work must begin before
SITE VISIT
Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. SOLICITATION PROVISIONS
Clauses included in this combined solicitation/synopsis are not all inclusive. Clauses included on any ensuing award may include all or some of the below clauses. Contractor's should assume that all of the below clauses are applicable to this acquisition. Additional clauses may also be added at the discretion of the contracting officer upon award
52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS
Addendum to 52.212-1:
Paragraph (b), entitled "Submission of Offers,':
A. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of two (2) separate parts; Part I - Price Proposal, Part II - Technical Proposal. B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price.
C. Specific Instructions:
1. PART I - PRICE PROPOSAL - Submit one (1) copy
a) Insert proposed unit and extended prices for each item listed in the Pricing Schedule. The extended amount must equal the whole dollar unit price multiplied by the number of units.
b) Complete the necessary fill-ins and certifications in provisions. The provisions in 52.212-3 shall be returned along with the proposal.
2. PART II - TECHNICAL PROPOSAL - limited to no more than 2 pages.
First Technical Factor: Contractor's proposed actions required for execution meets requested Conference Room A/V Equipment and Installation in the SOW. (number of laborers required, brief description of work to take place, etc.) Second Technical Factor: Contractor can meet delivery date.
1. Requirements of the solicitation: Contract Line Items (CLINs),Statement of Work (SOW), and government standards and regulations pertaining to the SOW.
2. Evaluation Factors for Award are found in 52.212-2 and the addendum.
3. Any limitation on the number of proposal pages. Pages exceeding the page limitations set forth in 52.212-1 will not be read or evaluated, and will be removed from the proposal
4. Format for proposal Parts I and II shall be as follows:
(a) A page is defined as one face of an 8 1/2" x 11" sheet of paper containing information.
(b) Typing shall not be less than 12 pitch.
(c) Elaborate formats, bindings or color presentations are not desired or required.
Offers may be submitted via hand carry or electronic mail. To send offer via electronic mail all documents must be scanned in .pdf (Acrobat) format and emailed to [email protected].
Submit quotations on company letterhead or pricing document. Quotations must include as a minimum: a) company contact information, b) price breakout for the requested line items, c) CAGE Code (from SAM registration), d) a completed FAR Provision 52.212-3, Representation and Certification with a copy of a verification of registration with ORCA (http://orca.bpn.gov/) and e) any other information relevant to the proposal. Quotations may be faxed to (707) 424-0288. No telephonic responses will be processed. The government reserves the right to make award on the initial quote without discussions.
Paragraph (c), entitled 'Period for Acceptance of Offers': The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers.
Paragraph (f)(1), entitled "Late submissions, modifications, revisions, and withdrawals of offers,':
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:
TECHNICAL PRICE
(b) Options. The government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the government to exercise the option(s).
(c) 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.
BASIS FOR CONTRACT AWARD: This is a competitive "Lowest Price Technically Acceptable" solicitation. By submission of its offer, the offeror accedes to instructions provided in clause 52.212-1, Instructions to Offerors, all solicitation requirements, including terms and conditions, representations, and certifications, and technical requirements in addition to those identified as evaluation factors or subfactors. All technically acceptable offers shall be treated equally except for their prices. Failure to meet a requirement may result in an offer being determined technically unacceptable. The evaluation process shall proceed as follows:
A. Technical Acceptability. Initially, the government technical evaluation team shall evaluate the technical proposals on a pass/fail basis, assigning ratings of Acceptable or Unacceptable. The proposals shall be evaluated against the following factor:
First Technical Factor: Contractor's proposed actions required for execution meets requested Conference Room A/V Equipment and Installation in the SOW. (number of laborers required, types of equipment being used, brief description of work to take place, etc.) Second Technical Factor: Contractor can meet delivery date.
B. Price Evaluation. Next, the government shall rank all technically Acceptable offers by price. An offeror's proposed prices will be determined by multiplying the quantities identified in Section B by the proposed unit price for each Contract Line Item Number or Subcontract Line Item Number to confirm the extended amount for each. When applicable, the price evaluation adjustment for HUBZone small business concerns will be applied in accordance with FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, to arrive at an evaluated price. The price evaluation will document reasonableness and affordability of the proposed total evaluated price.
C. Award shall be made to the lowest priced evaluated technically acceptable offer without further consideration of any other offers. The government, however, reserves the right to conduct discussions if deemed in its best interest.
52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (IAW FAR 12.301(b)(2))
"DOWNLOAD FROM FEDBIZOPPS" and complete the required information at the Online Representation and Certification Application (ORCA) at http://orca.bpn.gov/
52.252-1
SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (IAW FAR 52.107(a) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil
252.225-7000 BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (IAW DFARS 25.1101(1))
SOLICITATION CLAUSES
52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (IAW FAR 12.301(b)(3))
Addendum to 52.212-4 Paragraph (c), entitled 'Changes': Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc.) may be changed unilaterally by the Government.
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (IAW FAR 12.301(b)(4))
Additional applicable FAR clauses cited within FAR clause 52.212-5:
52.222-3
52.222-21 CONVICT LABOR (IAW FAR 22.202)
PROHIBITION OF SEGREGATED FACILITIES (IAW FAR 22.810(a)(1))
52.222-26 EQUAL OPPORTUNITY (IAW FAR 22.810(e))
52.222-36
52.225-1 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (IAW FAR 22.1408(a))
BUY AMERICAN ACT-SUPPLIES (IAW FAR 25.1101(b)(1)(i))
52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (IAW FAR 25.1103(a))
52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (IAW FAR 32.1110(A), (A)(1), (B), AND (E)(1))
52.252-2 CLAUSES INCORPORATED BY REFERENCE (IAW FAR 52.107(b))
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil.
52.252-6 AUTHORIZED DEVIATION IN CLAUSES
OTHER FAR CLAUSES AND PROVISIONS
52.202-1 DEFINITIONS
52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS
52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS
52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE
52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTOR'S DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT
52.211-6 BRAND NAME OR EQUAL
52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES
52.222-25 AFFIRMATIVE ACTION COMPLIANCE
52.222-41 SERVICE CONTRACT LABOR STANDARDS
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 Emp Employee Class Monetary Wage -- Fringe Benefits
Please fill out in accordance with the
52.222-50 COMBATTING TRAFFICKING IN PERSONS
52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES
52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO
52.232-18 AVAILABILITY OF FUNDS
52.232-23 ASSIGNMENT OF CLAIMS
52.233-1 DISPUTES
52.233-3 PROTEST AFTER AWARD
52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM
52.237-1 SITE VISIT
52.243-1 CHANGES-FIXED PRICE ALTERNATE I
52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS
52.219-1 SMALL BUSINESS PROGRAM REPRESENTATION ALTERNATE I
52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION
52.204-7 SYSTEM FOR AWARD MANAGEMENT
52.233-2 COMPUTER GENERATED FORMS
SERVICE OF PROTEST
(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the
OTHER DFARS CLAUSES, LOCAL CLAUSES, AND PROVISIONS
252.204-7004 Alt A SYSTEM FOR AWARD MANAGEMENT (IAW DFARS 204.7304)
252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (IAW DFARS 232.7004)
In accordance with DFARS 232.7002, use of electronic payment requests is mandatory. Use of Wide Area Workflow (WAWF) will speed up your payment processing time and allow you to monitor your payment status online. The resulting order from this RFQ will have WAWF instructions and procedures.
Restricted Area Badges (RAB). Employees issued a RAB must report the loss immediately to the security manager of the military agency that submitted the RAB request. The individual who lost the RAB will provide a written explanation on how, when, where and what steps have been taken to locate the missing RAB. The security manager will conduct their own inquiry and forward a report of investigation [with squadron commander endorsement]; the member's written explanation and the original AF Fm 2586 to the Pass and Registration office. A new RAB will not be issued until the investigation is complete. 10. Information Protection Security Training. IAW AFI 31-401, AFGM3 dtd
RESPONSE DATE AND contact INFORMATION
Offers Due:
contact Info: SSgt Nathaniel Scheer Phone: (707) 424-7753 Email: [email protected]
BE SURE TO READ FAR 52.212-1, INSTRUCTIONS TO OFFERORS, AND FAR 52.212-2, EVALUATION FACTORS. IF GUIDELINES ARE NOT FOLLOWED AS SET FORTH IN 52.212-1 YOUR OFFER COULD BE CONSIDERED NON-RESPONSIVE.
FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, AND VERIFICATION OF ORCA REGISTRATION MUST BE INCLUDED WITH YOUR OFFER
Quesions Answered:
Q: I would like to have clarification on the following: (page 2 of the SOW)
A: The number of wall plates required to support AV inputs is one. We require the wall plate to facilitate a manual A/V input to the switcher/matrix so that it can be displayed at the main display and/or the other two displays. The system must be able to support 5 inputs, (one of them being the manual connection previously described) that will be permanently plugged into the matrix/switcher on installation completion day, but have the capability to expand to 15 inputs to include VTC. Laptop/desktops will be provided by the government.
Q: What size of table is being used
A: We have two 8' tables on order, so we are looking at 16' total.
Attachment 1 - Statement of Work
Link/URL: https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z3514239AW01-ConferenceRmAV/listing.html
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 5281 |
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News