SOLICITATION NOTICE
Z -- Haskell Regents Room A/V Equipment
- Notice Date
- 4/3/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- BIA - SPRO P.O. Box 368100 North Riverside Drive Anadarko OK 73005
- ZIP Code
- 73005
- Solicitation Number
- A12PS00781
- Response Due
- 4/13/2012
- Archive Date
- 4/3/2013
- Point of Contact
- Susan Sutton Acquisition Support Contractor 6155646752 susan.sutton@bia.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- Z-Install Equipment to provide improved audio and visual capabilities in the Regents Room, Haskell Indian Nations University, Lawrence KS 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 A12PS00781, which is issued as a Request for Quotation. Contractors must be registered in the Central Contractors Registration Database (CCR) to be eligible for contract award. A SITE VISIT IS SCHEDULED for Monday, April 9th, 2012 at 1:00 PM CST. Interested offerors must attend at the Regents Room 119G in Navarre Hall, Haskell Indian Nations University, Lawrence KS. Failure to attend the site visit may result in rejection of an offeror's proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-56. This acquisition is a total small business set aside under NAICS code 238210 and a small business size standard of $14 million. This RFQ contains one (1) line item to include all equipment, labor and incidentals to provide improved audio and visual capabilities in the multi-purpose conference room and provide the ability to support webinars, video conferences and ip based calls. As a minimum, the successful offeror will design, provide, install, secure and test audio-visual equipment with respect to the following items. The contract will be a firm fixed priced contract for all work associated with this project. Offerors are required to demonstrate their proposed plan for accomplishing these objectives. The best acceptable technical approach by a responsible contractor at the lowest price will receive the award. Install ceiling mounted projectors (2)Install ceiling recessed screens (2)Connect systems to wall mounted control panel with lockConnect systems to teacher station, equipped with vga connectors, document camera and SMART podium technologyTeacher station should be capable of being quickly connected/disconnected, mobile and wired for internetEquipment will include video conferencing cart system that is capable of being quickly connected/disconnected, mobile and wired for the internetAudio system will include pendant microphone and handheld microphone, necessary amp and speakersAll mounting hardware, electrical work, assembly, testing and training will be included in the proposal submitted by the vendorContractors will be required to schedule work with the Haskell representative The provisions at 52.212-1, Instructions to Offerors-Commercial, and 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Evaluations factors will be Price, Past Performance and Technical Approach, with all factors being equally important. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government. Offeror's proposals shall include the following: 1. A technical approach to the job, including a list of all major equipment to be installed.2.A proposed schedule for completion of the project.3.A price to complete the job.4.Past performance information including a minimum of two recent similar projects and a current name and phone number of a point of contact at that job location.5. Offeror's DUNS number and a completed copy of FAR 52.212-3, Representations and Certifications which can be accessed at www.acquisition.gov/far. FAILURE TO PROVIDE ANY OF THE ABOVE ITEMS MAY RESULT IN REJECTION OF A SUBMITTED OFFER. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and clause 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to this acquisition:52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010)52.219-6, Notice of Total Small Business Set-Aside (Jun 2003)52.219-28, Post Award Small Business Program Representation (April 2009)52.222-3, Convict Labor (Jun 2003)52.222-19, Child Labor - Cooperation with authorities and Remedies (Jan 2006)52.222-21, Prohibition of Segregated Facilities (Feb 1999)52.222-26, Equal Opportunity (Mar 2007)52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)52.223-18, Contractor Policy to Ban Text Messaging while Driving52.225-13, Restrictions on Certain Foreign Purchases (June 2008)52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003)52.222-41, Service Contract Act of 1965, As Amended; Wage Determination WD 05-2307 (Rev.-12) posted on www.wdol.gov on 06/17/201152.222-42, Statement of Equivalent Rates for Federal Hires Questions are due no later than Wednesday, 11 April 2012. Offerors are due no later than close of business, Friday, 13 April 2012. One copy shall be mailed to Janice Begay, DOI-BIA Haskell Indian Nations Univrsity, 155 Indian Avenue, Box 5006, Lawrence KS 66046 and one copy shall be mailed to the Bureau of Indian Affairs, Eastern Region, Attn: Susan Sutton, 545 Marriott Drive, Suite 700, Nashville TN 37214. FAXED or e-mailed proposals WILL NOT BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS00781/listing.html)
- Place of Performance
- Address: Lawrence KS 66046
- Zip Code: 66046
- Zip Code: 66046
- Record
- SN02712374-W 20120405/120403235207-10ba1607221b8fdc04ae356b0564bf8d (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 |