SOLICITATION NOTICE
N -- Upgrade and Installation to VTC Audio & Video systems
- Notice Date
- 9/20/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423690
— Other Electronic Parts and Equipment Merchant Wholesalers
- Contracting Office
- Contracting Center of Excellence (NCR-CC), 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
- ZIP Code
- 22331-1700
- Solicitation Number
- 0010093302
- Response Due
- 9/26/2011
- Archive Date
- 11/25/2011
- Point of Contact
- Jorge L. De Leon, 703-428-1098
- E-Mail Address
-
Contracting Center of Excellence (NCR-CC)
(jorge.deleon@us.army.mil)
- Small Business Set-Aside
- Total 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is 0010093302 and is issued as a Request for Proposal (RFP). Under this requirement, the Army Contracting Command--National Contract Region (ACC-NCR) intends to award a commercial, firm fixed price contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and DFARS Change Notice 20110819. The applicable North American Industry Classification Standard (NAICS) code is 423690. The small business size standard is 100 employees. This acquisition is a small business set aside. ACC-NCR intends to purchase services, to provide upgrade to the USANCA audio and video systems at Fort Belvoir VA. The government equipment is listed in the Attachment in The Performance Work Statement (PWS) and also describes the installation requirement. The Government intends to award a non-personal services contract resulting from this combined synopsis/solicitation. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: the Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforms to the solicitation and whose proposal will be most advantageous to the Government based on Lowest Price Technically Acceptable. Contractors shall submit a technical proposal that demonstrates their ability to meet the solicitation requirements. The technical proposal should include all the information you want the Government to evaluate regarding your capability to perform the required tasks. This can include personnel skills and experience, descriptions of qualifications, demonstrated understanding of the tasks required, past performance and experience, and any other pertinent information. The technical proposal page limit shall be no more than 20 pages. All technical proposal submittals will be evaluated on overall technical acceptability to meet the PWS requirements. To be technically acceptable, your proposal shall demonstrate that you can complete installation of the equipment and provide related parts as detailed in the PWS. Only the lowest priced proposal will be submitted for evaluation. If this proposal is not technically acceptable, the next lowest price will be submitted for evaluation. This method will continue until the lowest priced technically proposal is reached. Except for communications conducted for the purpose of minor clarifications, the Government intends to evaluate proposals and award a contract without discussions. Since award will be based on initial responses, offerors are highly encouraged to propose your most advantageous pricing in your initial proposal response. For price evaluation, the price for each CLIN will be added for the total evaluated price. The following CLINs shall be priced in the proposal submitted and shall include any shipping or associated costs of parts provided: CLIN 0001 - Conference Room 106 and Lobby - Installation of equipment according to Equipment List and associated parts as listed to provide Firm Fixed Price Qty: 1 Unit: Job Total Price - $ Completion Date - 15 Nov 2011 CLIN 0002 - Manhattan Conference Room - Installation of equipment according to Equipment List and associated parts as listed to provide Firm Fixed Price Qty: 1 Unit: Job Total Price - $ Completion Date - 15 Nov 2011 CLIN 0003 - Pasteur Conference Room 108 - Installation of equipment according to Equipment List and associated parts as listed to provide Firm Fixed Price Qty: 1 Unit: Job Total Price - $ Completion Date - 15 Nov 2011 CLIN 0004 - Conference Room 110 A/B - Installation of equipment according to Equipment List and associated parts as listed to provide Firm Fixed Price Qty: 1 Unit: Job Total Price - $ Completion Date - 15 Nov 2011 CLIN 0005 - Conference Room 127 - Installation of equipment according to Equipment List and associated parts as listed to provide Firm Fixed Price Qty: 1 Unit: Job Total Price - $ Completion Date - 15 Nov 2011 CLIN 0006 - Conference Room 121 - Installation of equipment according to Equipment List and associated parts as listed to provide Firm Fixed Price Qty: 1 Unit: Job Total Price - $ Completion Date - 15 Nov 2011 CLIN 0007 - Communications Closet - Installation of equipment according to Equipment List and associated parts as listed to provide Firm Fixed Price Qty: 1 Unit: Job Total Price - $ Completion Date - 15 Nov 2011 Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt 1 Offeror Representations and Certifications Commercial Items, Alternate I with their offer. Also in accordance with the clause, all prospective offerors must be actively registered in the Central Contractor Registration prior to award. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies, with the following clauses also applicable. 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards 52.219-6 Notice of Total Small Business Set-Aside (June 2003) 52.219-8 Utilization of Small Business Concerns 52.219-28 Post Award Small Business Program Re-representation with Alternate 1 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-40 Notification of Employee Rights under the National Labor Relations Act 52.222-41 Service Contract Act of 1965 - Service Contract Act Wage Determination # 2005-2103 (REV 11) dtd 6/13/2011 applies 52.222-42 Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identified the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they are 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 Employee Class Monetary Wage w/Fringe Benefits WG Electronics Mechanic $29.46 * Ten paid holidays Paid annual leave (vacation) of two hours each week for employees with less than three years of service, three hours each week for employees with three years but less than fifteen years of service, and four hours each week for employees with fifteen or more years of service. 52.222-43 Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) Sep 2009 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-1 Buy American Act-Supplies 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference Other FAR/DFARS provisions/clauses are incorporated by reference and include: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product, DFARS 252.204-7004, Central Contactor Registration, (52.204-7) Alternate A, DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders applicable to Defense Acquisition of Commercial Items DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DAFRS 252.225-7035, Buy American Act - Free Trade Agreements -- Balance of Payments Program Certificate DFARS 252.225-7036, Buy America Act-Free Trade Agreements -- Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests, and receiving reports. DFARS 252.232-7010, Levies on Contract Payments The full text of the clauses or provisions may be accessed electronically at one of the following links: http://www.deskbook.osd.mil/, http://farsite.hill.af.mil, http://www.arnet.gov/far. Interested firms may identify their interest and capability to respond to the requirement and submit a proposal. All responsible sources that submit an offer will be considered. Proposals are due NLT 5:00 PM Eastern Standard Time on 26 September 2011. A site visit is not available. All quote information shall be provided on, or formatted to standard size (8" x 11.5" or 8.5" x 11") paper, to the maximum extent possible. Electronic quotes provided via e-mail shall be submitted in Microsoft Word, Excel format, or Adobe Acrobat (.pdf). WINZIP (.zip) files cannot be accepted as they are routinely blocked by the domain firewall. It may be necessary to send multiple emails to keep the e-mail within the firewall size of 8MB. Quotes sent in multiple e-mails shall be numbered to include the total sent, for example "E-mail 2 of 6." Please submit all proposals by email to Jorge De Leon at Jorge.Deleon@us.army.mil and copy carol.estes@conus.army.mil. If you have questions, please contact Jorge De Leon via email or telephone (703) 428-1098 or Ms Carol Estes at Carol.Estes@conus.army.mil (703) 428-0418 Place of Performance: The work to be performed under this contract will be performed at the US Army Nuclear and Combating WMD Agency, 5915 16th St. Bldg 238 Fort Belvoir VA. Defense Priorities and Allocations System (DPAS) rating, if applicable: N/A Further details regarding the requirement can be found in the attached PWS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/94d5a1437a7ba9c71f1703bb932e2035)
- Place of Performance
- Address: Contracting Center of Excellence (NCR-CC) 200 Stovall Street, 11TH Floor Alexandria VA
- Zip Code: 22331-1700
- Zip Code: 22331-1700
- Record
- SN02584213-W 20110922/110920235458-94d5a1437a7ba9c71f1703bb932e2035 (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 |