Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SOLICITATION NOTICE

58 -- Closed Circuit Television (CCTV) Equipment & Installation

Notice Date
2/13/2020 5:01:24 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
0413 AQ HQ CONTRACT FORT SHAFTER HI 96858-5025 USA
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN-20-Q-TB02
 
Response Due
3/2/2020 12:00:00 PM
 
Archive Date
03/17/2020
 
Point of Contact
Tereshia Burford, Phone: 8086561003, Lisa K. Nakamoto, Phone: 8086560997
 
E-Mail Address
tereshia.burford.civ@mail.mil, lisa.k.nakamoto.civ@mail.mil
(tereshia.burford.civ@mail.mil, lisa.k.nakamoto.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis and Solicitation Notice Information, Regional Contracting Office � Hawaii, The Regional Contracting Office, Hawaii has a requirement for Closed-Circuit Television (CCTV) System equipment and Installation for Building 783, 881 and 885 at 1115 Menoher Road, Schofield Barracks, Hawaii 96857. This is a combined synopsis/solicitation for commercial items and installation prepared in accordance with Federal Acquisition Regulation (FAR) Part 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.� This is a Request for Quote (RFQ) and the solicitation number is W912CN-20-Q-TB02. This is an all-or-none requirement and partial quotes will be deemed unresponsive and will not be evaluated. The Government will award on a single purchase order to the lowest priced responsible offeror whose offer conforms to the requirements as stated in the combined synopsis/solicitation and is most advantageous to the Government based on the criteria listed in the Solicitation. The Product Service Code: 5820 Radio and Television Communication Equipment, Except Airborne This is An Unrestricted buy and the associated NAICS code is 334220 Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing:��������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������� ����������������������������������������������������������������������������������������� �Is being set-aside 100% for small businesses.�� Offerors must be registered the System for Award Management (SAM) and all responsible sources may submit a quotation which, if timely received, will be considered by the Agency. Invoicing will be required to go through Wide Area Work Flow (WAWF) at https://wawf.eb.mil/ SITE VISIT DATE / TIME A Site Visit is scheduled to be held: Date: Friday, February 21, 2020 Meet Time: 10:000 AM HST The site visit is being held to provide offerors with an opportunity to familiarize themselves with the work site and conditions to be encountered and is not for the purpose of answering questions. Any vendor interested in attending, please contact the POC no later than 19 February 2020 via email to: Tereshia.burford.civ@mail.mil. Meet location information will be provided to confirmed attendees (limit one (1) representative per company) prior to the event. NOTE: Any discussions, remarks, and explanations that may be made by Government representatives during this event will not change the terms of the solicitation, unless the solicitation is amended in writing. Access to the Army Installation: All vehicle operators must obtain a visitor pass prior to the scheduled visit. Participants that do not have installation access will be responsible for obtaining a pass and will be required to present a valid identification, a valid driver�s license, current vehicle registration, certificate of insurance and current safety inspection documentation at the security gate prior to entry onto the installation. Offerors should anticipate a delay in entering the installation allow sufficient time when attending the site visit. Visitor passes may be obtained at: Lyman Gate Lyman Road, Schofield Barracks, Wahiawa, HI 96787 All interested vendors or parties are solely responsible for all expenses. The Government will not be responsible for any costs incurred by interested parties in responding to this solicitation. Quotes are due no later than the response date in the posting. Quotes need to include the CAGE code of the business submitting the quote. Responses/offers shall be submitted electronically, PDF or MS Word Format to Tereshia.burford.civ@mail.mil. Any amendment(s) issued to this RFQ will be published on this website. Therefore, it is the Offerors responsibility to visit this website frequently for updates on this procurement.� No telephone requests. All requests must include company name, address, POC name, telephone number, fax number, cage code, Tax ID number, Business size, county and DUNS number. Bid All or None New and not refurbished. All products offered must include the technical specifications of the offered item. The salient characteristics and Statement of Work are included as an attachment to the combined synopsis solicitation. Provide quotes per Contract Line Item Number (CLIN) as listed in the Statement of Work. Date and place of delivery and acceptance and FOB destination: Delivery and installation is required within 60 days of Contract Award This combined synopsis-solicitation incorporates one or more provisions or clauses by reference, with the same force and effect as if they were given in full text.� The full text of any provision or clause may be accessed electronically at http://farsite.hill.af.mil or https://www.acquisition.gov/far/index.html and the DOD Class Deviations (CD) which can be found at https://www.acq.osd.mil/dpap/dars/class_deviations.html apply to this combined synopsis/solicitation: ADDENDUM ADDENDUM TO 52.212-1 Instructions to Offerors General Instructions: � SUBMISSION OF OFFER: Follow the directions in Addendum to 52.212-1 Instructions to Offerors. � B. Any questions regarding this solicitation must be submitted in writing via email by 24 February 2020, 3:00 PM HST to ensure Government has ample response time and still allow timely submittals of quotes. All quotes shall be submitted electronically on or before 2 March 2020, 10:00 AM Hawaii Standard Time (HST), reference the solicitation number W912CN-20-Q-TB02 in the subject block, and sent via email to the POC Contract Specialist Email: Tereshia.burford.civ@mail.mil C. Offer Acceptance Period in accordance with Addendum to 52.212-1: By submitting an offer, the offeror agrees to hold prices submitted with its offer for a period of 90 calendar days from date of receipt of offers. Points of Contact: Primary Point of contact: Tereshia Burford Contract Specialist tereshia.burford.civ@mail.mil Telephone: 8086561003 Contracting Office Address: 742 Santos Dumont Ave. BLDG 108 Wheeler Army Air Field (WAAF) Schofield Barracks, Hawaii 96857 United States 3. Type of Contract: The Government contemplates award of a firm-fixed price (FFP) contract as a result of this combined synopsis solicitation. 4. Delivery: Delivery and installation is required within 60 days of award Delivery of equipment should be made at: BLDG 865 117 Sutton Street Schofield Barracks Hawaii 96857 Installation is required at: Place of Performance BLDG, 783,881,885 1115 Menoher Road Scofield Barracks Hawaii 96857 The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. ADDENDUM TO 52.212-2 Evaluation � Commercial Items � EVALUATION FACTORS FOR AWARD BASIS OF AWARD � Basis of Award. This request for quote uses streamlined acquisition procedures pursuant to FAR Part 12, FAR Part 13 as authorized by Subpart 13.5. The Government intends to award a firm-fixed price contract resulting from competitive quotes received in response to this solicitation. Quote(s) will be evaluated for fair and reasonable price. The award decision will be based on the Offeror meeting solicitation requirements, such as terms and conditions, and representations and certifications in order to be eligible for award. Government intends to evaluate quote(s) and award a contract without negotiations with the offeror(s). However, the Government reserves the right to conduct negotiations if later determined by the Contracting Officer to be necessary. At any time prior to selection, including upon receipt of quote, the Government may exclude a quote from further consideration for reasons such as but not limited to: Non-compliance with instructions related to the solicitation; the quote is not technically acceptable. The provision 52.212-2, Evaluation -- Commercial Items, will be used. See Basis for Award. (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, whose offer is the lowest priced, and determined to be technically acceptable. The following factors shall be used to evaluate offers: Price and Technical Acceptability. To be rated as Technically Acceptable, the quote must meet the salient physical, functional, and performance characteristics outlined in the CLIN(s) and be capable of meeting the installation/configurations requirements. Relevant and sufficient documentation shall be provided by the offeror proving the item is comparable in features and functions and shall be determined technically acceptable by the Government prior to award. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (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. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 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): https://www.acquisition.gov/content/regulations (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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): https://www.acquisition.gov/content/regulations (End of clause) FAR 52.212-3 Offerors Representations and Certifications � Commercial Item �Alternate 1 FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-7 System for Award Management (OCT 2016) 52.204-13 System for Award Management Maintenance (OCT 2016) 52.204-16 Commercial and Government Entity Code Reporting 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. (OCT 2015) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviation in Clauses The following additional DFARS clauses cited in the clause are applicable to the acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 252.204-7003 Control Of Government Personnel Work Product (APR 1992) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.225-7048 Export-Controlled Items (JUN 2013) 252.225-7993 (Dev) Prohibition on Providing Funds to the Enemy (Deviation 2015-O0016) (SEP 2015) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Work-Flow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications. 252.247-7023 Transportation of Supplies by Sea, Basic There are no additional contract requirement(s) or terms and conditions necessary for this acquisition. The Defense Priorities and Allocations System (DPAS) and assigned rating is not used for this requirement. Offers will be accepted via email to: Tereshia.burford.civ@mail.mil Offers must be received at this email address Inbox no later than 10:00 AM, Hawaii Standard Time on 2 March 2020. Offeror 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. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/46cba871518245c481b1d86bf3c11e04/view)
 
Place of Performance
Address: Schofield Barracks, HI 96857, USA
Zip Code: 96857
Country: USA
 
Record
SN05562144-F 20200215/200213230139 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.