SOLICITATION NOTICE
58 -- Hoover Dam Visitor Center Route Audio System Upgrade
- Notice Date
- 8/13/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Bureau of Reclamation Lower Colorado Region Regional Office 500 Fir Street Boulder City NV 89005 US
- ZIP Code
- 00000
- Solicitation Number
- R15PS01180
- Response Due
- 8/25/2015
- Archive Date
- 9/9/2015
- Point of Contact
- Dieguez, Leslie G
- Small Business Set-Aside
- N/A
- Description
- Request for Quote No. R15PS01180 - Hoover Dam Visitor Center Route Audio Upgrade The Bureau of Reclamation (Reclamation), Lower Colorado Regional Office (LCRO) located in Boulder City, Nevada has a requirement to upgrade the Hoover Dam's Visitor Center Route Audio System. It is anticipated that one firm fixed-price purchase order will be awarded. All costs to supply and deliver the products shall be included with your quote. All attachments pertaining to this solicitation can be found on FedConnect at www.FedConnect.net. (i) 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; quotes are being requested and a written solicitation will not be issued. (ii) This requirement is being issued as Solicitation No. R15PS01180. This solicitation is issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-83. (iv) This requirement is not a set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is: 334310 - Audio and Video Equipment Manufacturing. The small business size standard for NAICS Code 334310 is 750 employees. (v) Contract Line Item Numbers: Line Item 00010: Audio Speakers, Quantity: 15 Each Line Item 00020: Speaker Pole Mounting Brackets, Quantity: 11 Each Line Item 00030: Speaker Wall Mounting Brackets, Quantity: 5 Each Line Item 00040: Matrix Mixer/Processor, Quantity: 1 Each Line Item 00050: Power Amplifiers, Quantity: 3 Each Line Item 00060: Hand-held Microphones, Quantity: 5 Each Line Item 00070: Speaker Cable-500' Spools, Quantity: 10 Each Line Item 00080: Wall Mount Audio Equipment Cabinet, Quantity: 1 Each Line Item 00090: Low-Profile Wall Mount Audio Equipment Cabinet, Quantity 2 Each *Note - It is anticipated that a single purchase order will be awarded for all of the required items. However, if vendors are unable to provide all of the items listed, vendors are still encouraged to still submit a quote with the list of the equipment they are able to provide. If a single award cannot be made for these items, multiple awards may occur. (vi) The Bureau of Reclamation has a requirement for a contractor to supply and deliver a route audio system for the Hoover Dam Visitor Center, in accordance with the attached salient characteristics. If you are unable to find the salient characteristics on FedConnect.net, please contact me. The following items are required to be submitted with your quote: 1. A detailed list of the proposed items with pricing. 2. Product literature and description, such as data specification sheet must be submitted along with your quote to show that you meet the above salient characteristics. The quote must address how the product meets the required salient characteristics. 3. If your company has a trade-in program for old equipment, propose the credit value on your quote. *It is important that you submit the product literature that you are proposing, as this is necessary for evaluation. If you do not submit this information, you may be deemed as unresponsive. (vii) Delivery date for this requirement is 45 days after award date. Place of delivery is Bureau of Reclamation, Hoover Dam Central Warehouse, State Route 172, Boulder City, NV 89005. Shipping must be free on board (FOB) Destination) The following clauses and provisions are applicable to this commercial item acquisition: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items (ix) FAR Provision 52.212-2 is not applicable to this RFQ. Determination of award will be based on the lowest overall price after all required salient characteristics are meet, trade-in credit applied (if any), and responsive quote from a responsible offeror. (x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items Offerors are advised include with their offer, a completed copy of the provision 52.212-03, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. To complete obtain and complete a hard copy of Provision 52.212-03, it can be found in the Federal Acquisition Regulation. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-28, Post-Award Small Business Program Representative 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, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223 ¿18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-3, Buy American ¿Free Trade Agreements ¿Israeli Trade Act ¿ Alternate II 52.225 ¿13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer ¿ System for Award Management (xiii) Additional contract requirements include the following clauses and provisions: 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) 52.204-13, System for Award Management Maintenance 52.242-15, Stop-Work Order 52.252-06, Authorized Deviations in Clauses Electronic Invoicing and Payment Requirements-Internet Payment Platform (IPP) (xiv) Not applicable. (xv) All questions shall be submitted via email to Leslie Dieguez at ldieguez@usbr.gov no later than Tuesday, August 18, 2015, by 10:00 A.M., PST. Offers are due Monday, August 28, 2015 by 12:00 P.M., local time. Responsible offerors are requested to submit a quote for this requirement. Offers shall be submitted electronically via email to ldieguez@usbr.gov. (xvi) The Point of Contact for this solicitation is Ms. Leslie Dieguez. She may be reached via e-mail at ldieguez@usbr.gov, or by phone at 702-293-8369.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/38d39f71ec107137b3fc6cea288a44c4)
- Record
- SN03836921-W 20150815/150813235028-38d39f71ec107137b3fc6cea288a44c4 (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 |