Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2012 FBO #3858
SOLICITATION NOTICE

59 -- Audio Visual for Emergency Management Institute (EMI) Classrooms - HSFE20-12-Q-0067 List of Items

Notice Date
6/15/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Preparedness Branch, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
 
ZIP Code
21727
 
Solicitation Number
HSFE20-12-Q-0067
 
Archive Date
7/10/2012
 
Point of Contact
Laura B. Harshbarger, Phone: 3014477611
 
E-Mail Address
laura.harshbarger@dhs.gov
(laura.harshbarger@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
HSFE20-12-Q-0067 List of Items This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, Streamlined Procedures for Commercial Items, 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. It is incumbent upon contractors to monitor the FEDBIZOPS web page for any/all subsequent amendments. FEDBIZOPS also contains an option for automatic notification service. The solicitation number is HSFE20-12-Q-0067. The solicitation is issued as a request for quotation (RFQ). Provisions and clauses in effect through the most recent Federal Acquisition Circular are incorporated. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 443112, with a small business size of $25.5 million. This is a 100% small business set-aside. All small businesses are encouraged to submit a quote. The Federal Emergency Management Agency request responses from qualified sources capable of providing audio visual equipment as shown in the attached excel spreadsheet. THIS IS A BRAND NAME ONLY AND A BRAND NAME OR EQUAL REQUIREMENT. Items are specified as one or the other on the attached Microsoft Excel spreadsheet. This is a Brand Name Only Requirement pursuant to FAR 6.302-1(c). The Brand Name Only Justification is based on A) Crestron items are required because the majority of the control systems are Crestron and staff are fully trained in using these control systems. B) Panasonic projectors are replacing existing older projectors. The current ceiling mounts will be re-used and the Creston control systems are programmed for Panasonic projectors. C) The Da-Lite screen is replacing an existing damaged screen. In an effort to reduce cost, the existing mount which houses the electronics used to raise and lower the screen, will be re-used and requires a Da-Lite screen. D) The Sony Anycast will supplement an existing Anycast for use in field-delivered courses. Staff are fully trained in using the existing Anycast, which is complex with numerous features, and it will eliminate downtime related to re-training. SPECIFICATIONS: See attached spreadsheet. Other considerations: 1. All equipment and accessories shall be new from the manufacturer. Used or refurbished equipment, or equipment obtained from a third party shall not be accepted. 2. FOB Destination, Emmitsburg, MD, 21727. 3. No installation required. EVALUATION FACTORS FOR AWARD: The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable offer, which shall represent best value to the Government. Award shall be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors (i.e. technical conformance to the requirements of the solicitation). Evaluation of price will be based on the offeror's total price for all line items as delivered to the specified destination. Past Performance is not an evaluation factor for this acquisition. The following factors shall be used to evaluate offers: 1. Technically acceptable in conformance to the requirements of the solicitation. 2. Price (total price). The offeror's initial proposal shall contain the offeror's best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. INSTRUCTIONS TO OFFERORS: Offerers shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for thorough evaluation of proposal. Additionally, the vendor shall fully explain their ability to meet the requirements above. The technical documentation for offerors quotes of "equal" models must meet the salient physical, functional and performance characteristics. "Equal" models are required to provide sufficient descriptive literature in accordance with FAR Clause 52.211-6, Brand Name or Equal, to allow for thorough evaluation of quotes. Failure to include an answer to each requirement in the RFQ may result in an unacceptable offer. The contractor for "equal" products shall provide proof that the product offered meets the specifications and that the product conforms to the manufacturer's own drawings, specifications, standards, and quality assurance practices. This is an all or nothing award. Please submit a complete quote listing the items in the order as listed on the spreadsheet. The offeror must quote on all items or the offeror's quote will not be considered. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all CLINS are priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price purchase order. Offerors shall submit firm-fixed pricing for all above requirements. Include any applicable discounts to the Government. Delivery date is 30 days after receipt of order. Other Administrative Instructions: Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. FAR Provisions & Clauses: FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions---Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-6, Notice of Total Small Business Set Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-1, Disputes 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim. HSAR 3052.204-71 Contractor employee access. HSAR 3052.247-72 FOB Destination Only. HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006). QUOTE TIMELINE: Quotes are due, in writing, no later than 4:00 p.m. Eastern Standard Time, June 25, 2012. Please submit quotes to Laura Harshbarger, laura.harshbarger@fema.dhs.gov. Inquiries and information received after the established deadlines shall not be considered for this particular acquisition. Oral communications are not acceptable in response to this notice. Only written inquiries will be accepted. E-mail inquires must be in MS Word, Excel, or PDF format.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFE20-12-Q-0067/listing.html)
 
Place of Performance
Address: FEMA/NETC/EMI, Attn: Jennifer Wozniak, 16825 S. Seton Ave, Emmitsburg, Maryland, 21727, United States
Zip Code: 21727
 
Record
SN02777265-W 20120617/120615234912-dc51b6f91130f6d81212ff065e9e2380 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.