SOLICITATION NOTICE
D -- Audio/Visual Solution for the HI National Guard
- Notice Date
- 7/12/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- USPFO for Hawaii, 91-1179 Enterprise Ave, Bldg 117, Kapolei, HI 96707
- ZIP Code
- 96707
- Solicitation Number
- W912J6-13-T-0010
- Response Due
- 8/14/2013
- Archive Date
- 9/10/2013
- Point of Contact
- Whitney, 8088446333
- E-Mail Address
-
USPFO for Hawaii
(whitney.l.arkle.mil@mail.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. Hi National Guard has a requirement for Audio and Visual equipment installation and relocation of existing equipment. Work includes the configuration, installment and connections of audio/ visual operational digital equipment throughout the HI Joint Operations Center (JOC). SITE VISIT INFORMATION: Space is limited within the JOC so for planning purposes we require all attendees to contact the Government POC in advance (via email) to reserve a seat. Please contact: CW2 Whitney Arkle, whitney.l.arkle.mil@mail.mil NO LATER THAN 7/18/2013, by 4:00pm (HST). Site Visit will be conducted on July 19th, 2013 promptly at 9:00am. Location: 3949 DIAMOND HEAD RD HONOLULU HI 96816 (Battery 407-inside Diamond Head Crater). All attendees will be escorted into the facility, thus, anyone NOT present by 9:00am may or may not be allowed in the facility. Contractor shall provide all qualified personnel, equipment, tools, automation, hardware, software, materials, equipment, parts and materials, supervision, management services, and other items and services necessary to perform audio-visual and sound equipment and installation. Award will be made to the offeror who presents the Lowest Price Technically Acceptable (LPTA) to the Government. The proposal must comply in all material respects with the requirements of the law, regulation and conditions set forth in the solicitation. The proposal must meet all mandatory solicitation requirements. The offeror must be determined responsible according to the standards of FAR Part 9, Subpart 1. The award will be a single award, with Firm Fixed Price (FFP) type CLIN(s), based on the technically acceptable offer. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The contemplated period of performance will be no longer than 60 days, following the contract award date. The Government will entertain questions on this procurement until 4:00 PM (HST), Thursday, 8 August 2013. No late questions will be accepted. No questions will be accepted via phone calls. Questions and responses will be provided to all interested parties and posted to FBO at a later date. Solicitation is attached.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA50/W912J6-13-T-0010/listing.html)
- Place of Performance
- Address: USPFO for Hawaii 91-1179 Enterprise Ave, Bldg 117 Kapolei HI
- Zip Code: 96707
- Zip Code: 96707
- Record
- SN03115132-W 20130714/130712234552-938631f42ac5de516e100ea548021663 (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 |