SOLICITATION NOTICE
J -- AUDIO VISUAL MAINTENANCE - Package #1 - Package #2
- Notice Date
- 12/18/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Navy, United States Marine Corps, MCB Camp Pendleton - RCO, PO Box 1609, Oceanside, California, 92051-1609, United States
- ZIP Code
- 92051-1609
- Solicitation Number
- M00681-15-T-0008
- Point of Contact
- GARY LANE, Phone: 7607635423, DORIS RICHARDSON, Phone: 7607258446
- E-Mail Address
-
gary.lane@usmc.mil, doris.richardson1@usmc.mil
(gary.lane@usmc.mil, doris.richardson1@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Printer friendly combined synopsis Attachment 1 This procurement is for the maintenance service of audio visual equipment located in the Camp Pendleton School of Infantry. This is a combined synopsis/solicitation for commercial items prepared in accordance with acquisition procedures provided in FAR Subpart 12.6, as a supplement with additional information included in this notice. This announcement and attached Request for Quote (RFQ) constitutes as the only solicitation, reference number M00681-15-T-0008; quotes are being requested and a separate solicitation will not be issued. This solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular FAC 2005-78 and the Defense Federal Acquisition Regulations Supplement, current to DPN 20141113. As a result of this authority, certain requirements for soliciting, awarding, and notifying quotes are streamlined. In accordance with FAR 12.102(c), when a policy in another part is inconsistent with FAR Part 12, Part 12 shall take precedence. This procurement is a 100% small business set-aside and the associated North American Industrial Classification System (NAICS) code for this procurement is 541990, with a small size standard $15 Million. This requirement is a Small Business set-aside and only qualified offerors may submit quotes. Instruction to Offerors The Government will solicit and award this contract using acquisition procedures in accordance with FAR Part 13 and FAR Part 12. As a result of this authority, certain requirements for soliciting, awarding, and notifying quoters are streamlined. In accordance with FAR 12.102(c), when a policy in another part is inconsistent with FAR Part 12, Part 12 shall take precedence. This is a request for quotation. Responses to this solicitation are considered quotations and not offers. In those instances where the words offer, offeror, and proposal are used, the reader should understand that the use of such words does not change the nature of this request for quotation. The resulting award will be an Firm Fixed Type (FFP) Contract for audio visual maintenance at Marine Corps Base Camp Pendleton, California. If during the evaluation period it is determined to be in the best interest of the Government to hold discussions, Offeror responses to clarifications/discussion notices will be considered in making the award decision. The Government reserves the right to make award solely on initial quotes received. 1. SUBMISSION OF QUOTE: Quotes must be received by the Government no later than the date and time WEDNESDAY 14 JANUARY 2015 2:00PM (PST). Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. Contractor submitted quotes that fail to provide all required information due to a transmission error may be rejected as non-responsive. 2. DELIVERY OF QUOTE Quotes may be emailed or submitted by commercial courier service (FedEx, UPS, etc.). Faxed quotations will NOT be accepted. • Email Submission: For email submission, the Government office designated for receipt of the quotes are the email addresses indicated below. Notwithstanding the provisions at FAR 52.212-1(f) or FAR 52.215-1(c)(3), delivery is not accomplished until the addressee can open the email; delivery to a server or an email inbox on a server is not considered delivery to the designated Government office and the quotation is not under the Government's control until the addressee can open the email. The email shall not be considered to be delivered unless the entire content of the email and all attachments can be read by the addressee indicated above. Receipt of an electronic acknowledgment from the addressee establishes that a record was received but does not establish that the content sent corresponds to the content received. Email attachments are limited to no more than 2MB. Offerors are specifically warned that email may be subjected to spam filters or attachment stripping. All submissions shall be submitted to the email addresses: gary.lane@usmc.mil, and doris.richardson1@usmc.mil • Send via Commercial courier service (FedEx, UPS, etc.): Do not attempt to send the quotation via the US Postal Service since the US Postal Service does not deliver to the building. Address is as follows: Regional Contracting Office, MCIWEST Attn: Gary Lane or Angela Chavez Building 22180 MCB Camp Pendleton, CA 92055 3. PERIOD OF ACCEPTANCE OF OFFERORS: The pricing terms and conditions of the quotes should be valid for 90 days unless stated otherwise in the quote. 4. SITE VISIT: A site visit has been arranged for the following date, time and location. It is highly recommended that bidders attend, as it has been deemed necessary for adequate quote preparation. Site Visit details are as follows: a) Date: 7 January 2015 b) Time: 11:00 AM (PST) c) Location: Building 520590 d) RSVP Point of Contract and Deadline: Contact Gary Lane (760) 763-5423 gary.lane@usmc.mil before : 7 January 2015, 2:00pm (PST) 5. QUESTIONS: Questions may be submitted via email togary.lane@usmc.mil AND angela.chavez@usmc.mil no later than 9 January 2015 5:00 PM (PST). Phone questions will be not be accepted. The deadline is necessary to ensure timely award. NOTE: Any questions received after this date will not be considered, and will not be addressed. 6. SYSTEM FOR AWARD MANAGEMENT (SAM): Contractors must be currently registered in the System for Award Management (SAM) to eligible for award. For information and registration go to http://www.sam.gov. 7. REFERENCE THE FOLLOWING ATTACHMENTS: • Attachment 1: REQUEST FOR QUOTE INFORMATION SHEET AND STATEMENT OF WORK 8. REQUIRED CONTENT OF QUOTE: Contractor submitted quotes that fail to provide all required information due to a transmission error may be rejected as non-responsive. Offerors must submit a COMPLETE QUOTE addressing (a), (b) and (c) as follows: a) Price: Complete Attachment 1 “REQUEST FOR QUOTE INFORMATION SHEET AND STATEMENT OF WORK” b) Technical Capability: • Experience- Describe the Contractor’s and specifically and contractor’s employees experience in maintaining and repairing audio visual equipment in a classroom setting as provided in the Statement of Work. List any certifications, if applicable. Submission Not to exceed 2 pages. • Past Performance- Provide three (3) recent and relevant references. Recent is defined within the last 5 years. Relevant is defined as in maintaining and repairing audio visual equipment as provided in the Statement of Work. Each Reference should contain the following information: a) Name b) Title c) Company/Business d) Address e) Email/Phone Number f) Dollar Value of Service Provided g) Description of Service Provided h) Dates of Provided Service Incomplete submissions may not be considered. Basis of Award: The Government intends to make a single award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose submission conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate complete submissions: (i) Price (ii) Experience (iii) Past Performance Lowest Price Acceptable – Awardee shall be the lowest evaluated price of quotes meeting or exceeding the non-price factors provided above. If during the evaluation period it is determined to be in the best interest of the Government to hold discussions, Offeror responses to clarifications/discussion notices will be considered in making the award decision. The Government reserves the right to make award solely on initial quotes received. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition and are listed below: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions incorporated 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 quoter is cautioned that the listed provisions may include blocks that must be completed by the quoter and submitted with their quotation. In lieu of submitting the full text of those provisions, the quoter may identify the provision by paragraph identifier and provide the appropriate information with their quotation. Also the full text of a solicitation provision may be accessed electronically at this address: http://www.acquisition.gov/far CLAUSES INCORPORATED BY REFERENCE 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 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 52.212-1 Instructions to offerors – Commercial items 52.212-3 Offeror Representations and Certifications –Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items 52.217-5 Evaluation of Options 52.219-6 Notice of Total Small Business Set-Aside (15 U.S.C. 644). 52.219-13 Notice of Set –Aside of orders 52.219-28 Post Award Small Business Program Representation (15 U.S.C. 632(a) (2)). 52.222-3 Convict Labor 52.222-19 Child Labor—Cooperation with Authorities and Remedies (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity (E.O. 11246). 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (E.O. 13513). 52.225-13 Restrictions on Certain Foreign Purchases (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.228-5 Insurance - Work On A Government Installation 52.232-33 Payment by Electronic Funds Transfer—Central Contractor Registration (31 U.S.C. 3332). 52.232-39 Unenforceability of Unauthorized Obligations 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation 52.244-2 Subcontracts 52.246-16 Responsibility For Supplies 52.247-34 F.O.B. Destination 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contracts 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.215-7007 Notice of Intent to Resolicit 252.217-7028 Over And Above Work 252.223-7008 Prohibition of Hexavalent Chromium 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252-237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea 5237.102-90 Enterprise-wide Contractor Manpower Reporting Applications (ECMRA)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M00681-15-T-0008/listing.html)
- Place of Performance
- Address: School Of Infantry, Bldg. 520590, Camp Pendleton, CA 92055, Camp Pendleton, California, 92055, United States
- Zip Code: 92055
- Zip Code: 92055
- Record
- SN03599482-W 20141220/141218234332-0961eeac07c0974733539838970b17db (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 |