Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 16, 2015 FBO #4891
SOLICITATION NOTICE

70 -- QTY 1 EA PLANAR CLARITY MATRIX LCD VIDEO WALL SYSTEM WITH G2 ARCHITECTURE INSTALLATION AND CONFIGURATION - BRAND NAME OR EQUAL

Notice Date
4/14/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024415T0058
 
Response Due
5/15/2015
 
Archive Date
12/31/2015
 
Point of Contact
ISABELITO M. CABANA 619-556-6834
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial supply prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items - FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-15-T-0058. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-80 and DFARS Change Notice 20150326. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: http://farsite.hill.af.mil/. The NAICS code is 334310 Audio and Video Equipment Manufacturing and the small business standard is 750. This solicitation is 100% set aside for Small Business. The NAVSUP Fleet Logistics Center San Diego requests responses from business concerns capable of providing: CLIN 0001 BRAND-NAME OR EQUAL - QTY 1 EA PLANAR CLARITY MATRIX LCD VIDEO WALL SYSTEM WITH G2 ARCHITECTURE, INSTALLATION AND CONFIGURATION SEE ATTACHED SPECIFICATION SHEET DELIVERY: 30 September 2015 SEE SPECIFICATION PAYMENT: WIDE AREA WORKFLOW (WAWF) SPECIAL REQUIREMENTS: -For Warranty purposes, offeror shall be PLANAR (or equal ) Authorized Distributor; submit certificate with quote. -Contractor shall only provide Technicians possessing DOD Secret Clearance for system installation and configuration. - Equal offer shall include brochure, specifications, pictures, etc. showing display and system salient features are met or exceeded; include narrative for item by item comparison of each salient feature with equal product features. RESPONSIBILITY AND INSPECTION: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-9 Personal Identification of Contractor Personnel 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, 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 [Applicable clauses: 52.204-10; 52.209-6; 52.209-10; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-41; 52.222-48; 52.222-53; 52.223-18; 52.225-13; 52.232-33]. 52.232-18 Availability of Funds 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation 52.239-1 Privacy or Security Safeguards (AUG1996) 52.247-34 F.o.b. Destination 52.252-1 -- Solicitation Provisions Incorporated by Reference 52.252-2 -- Clauses Incorporated by Reference Offerors are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.232-7010 Levies On Contract Payments 252.239-7017 Notice of Supply Chain Risk (NOV 2013) 252.239-7018 Supply Chain Risk (NOV 2013) 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (i)TECHNICAL CAPABILITY OF THE ITEM TO MEET THE GOVERNMENT REQUIREMENT (ii)PAST PERFORMANCE (iii)PRICE Technical and past-performance, when combined, are approximately equal to price. (b) Factor (i) Technical Capability. Offerors proposals will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, products offered will be determined to be either technically acceptable or unacceptable. A will comply statement without accompanying technical specifications of services being offered is automatic failure under this factor. Failure to meet the minimum criteria will render the offer to be technically unacceptable and may be eliminated for consideration for award. Only those Offers which meet the minimum requirements established by Factor (i) as delineated in the SPECIFICATION sheet will be further evaluated under Factors (ii). (c) Factor (ii) - Past Performance Grading Criteria. Past performance will be rated on an acceptable or unacceptable basis using the ratings in Table 1 below: TABLE 1PAST PERFORMANCE RATING RatingDefinition AcceptableBased on the offeror s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror s performance record is unknown. (See note below.) UnacceptableBased on the offeror s performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, unknown shall be considered acceptable. Accordingly, the Contracting Officer reserves the right to determine that a higher-priced proposal with an Acceptable rating on Past Performance may be more advantageous to the Government than a lower-priced proposal with also Acceptable rating but without a record of Past Performance. Aspects of Past Performance evaluation. The past performance evaluation results is an assessment of the offeror s probability of meeting the minimum past performance solicitation requirements. This assessment is based on the offeror s record of relevant and recent past performance information that pertain to the products and/or services outlined in the solicitation requirements. There are two aspects to the past performance evaluation. The first is to evaluate whether the offeror s present/past performance is relevant or not relevant to the effort to be acquired. For the purpose of this solicitation, relevant past performance is any contract completed by the offeror within the last three (3) years of approximately equal value and is/are similar to the requirement herein i.e. video wall matrix. Sources of Past Performance Information for Evaluation are as follows: - Provided by the offeror use attached template: CORPORATE EXPERIENCE and PAST PERFORMANCE INFORMATION FORM - May also be obtained by the Government from any other sources available, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; interviews with Program Managers, Contracting Officers, and Fee Determining Officials; and the Defense Contract Management Agency. The evaluation team will review this past performance information and determine the quality and usefulness as it applies to performance competence assessment. (d) Factor III Price. A Firm Fixed Price contract award will be made to offeror whose offer is determined to be the lowest priced technically acceptable offer. Price analysis, if needed, will be used to determine the total evaluated price to support the selection of the lowest priced, technically acceptable offer. This combined synopsis/solicitation will close at 12:00 (noon) pm PST on 15 May 2015. Submit quote via email to Isabelito.Cabana@navy.mil using subject line: RFQ N0024415T0058 PLANAR VIDEO WALL MATRIX. All responsible sources may submit a quote which will be considered by the agency. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024415T0058/listing.html)
 
Record
SN03698757-W 20150416/150414235033-dc1a9309f169cd28507c52c88a7d780c (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.