Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2016 FBO #5286
SOLICITATION NOTICE

59 -- Audio/Video Equipment Upgrade in Building 6923 at Battle Creek ANGB

Notice Date
5/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Army, National Guard Bureau, 110 MSG/MSC Contracting, MI ANG, 50 SABER STREET, BATTLE CREEK, Michigan, 49015-5515, United States
 
ZIP Code
49015-5515
 
Solicitation Number
W912JB16T8003
 
Point of Contact
Daniel Taliaferro, Phone: 2699693364
 
E-Mail Address
daniel.t.taliaferro.mil@mail.mil
(daniel.t.taliaferro.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(I)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (II) Solicitation W912JB-14-T-8003 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-36. (IV) This acquisition is reserved for a Small Business concerns; however, in the event that no Small Business concerns can meet the requirement the set-aside will be withdrawn and an award will be made to a Large Business. The associated NAICS code for this acquisition is 423690, standard industrial classification 5065, small business size 100 employees. (V) This is a firm fixed price requirements type contract for the following requested Audio/Video Equipment materials and installation in Rooms 156 & 159 at Building 6923, 217 Air Operations Group, Battle Creek Air National Guard Base. The following 14 CLINS with minimum salient characteristics for the requested Audio/Visual upgrade project are as listed below: SPEAKER UPGRADE, BLDG 6923, Rm 159 Room Width: 60ft Room Length: 60ft Ceiling Height: 18ft Listener Height: 4ft CLIN 0001: Provide and Install (16 EA) 2x2 ceiling tile replacement speakers. The speakers are made for higher ceiling and will provide uniform coverage in the area. CLIN 0002: Provide and Install (1 EA) 2x120 watt mixer in the existing equipment rack. The amplifier will take 1 rack space. The amplifier will have 8 speakers connected to each channel to provide load balancing. CLIN 0003: Provide and Install (2 EA) white volume controls in the wall to control each of the zones. CONFERENCE ROOM A/V UPGRADE, BLDG 6923, Rm 156 CLIN 0004: Provide and Install (6 EA) 2x2 ceiling tile speakers. CLIN 0005: Provide and Install (1 EA) 60 amplifier in the equipment rack. The amplifier will have 2 audio inputs the first will be the Government provided Cisco C20 and the other will be the Government provided KVM. CLIN 0006: Provide and Install (4 EA) white ceiling mounted microphones. The microphones will be connected to a 4x1 mixer to connect to the Cisco C20. The microphones are only used for Video TeleConference calls. CLIN 0007: Provide and Install (2 EA) 58" LED Commercial Grade Displays. The displays come with min 3year manufacturer warranty. CLIN 0008: Provide and Install (2 EA) tilting wall mounts for the Displays CLIN 0009: Provide and Install (2 EA) DVI to HDMI cables to connect the displays to the Government provided KVM switch. The displays will be connected to a Government provided KVM switch that will be mounted into the equipment rack under the displays. CLIN 0010: Provide and Install (2 EA) 50" Digital Video Interface (DVI) with audio to DVI with audio cables to connect the rear KVM to the front KVM. CLIN 0010: Provide and Install (1 EA) 50" DVI to HDMI CLIN 0011: Provide and Install (1 EA) 18U locking equipment rack under the displays. The rack comes with locking Plexiglas front door and fans for ventilation on the top. CLIN 0012: Install (1 EA) Government provided Cisco C20 in the equipment rack. CLIN 0013: Install (1 EA) Government provided Cisco camera with cable and shelf. CLIN 0014: Provide (1 EA) session of end user training The government will provide the following items for this project: Power at the displays; Power at the equipment rack; Any Belkin KVM switches; Cisco C20 Codec; Cisco VTC camera, cable and shelf (VI) This solicitation is for a contractor to provide all 14 above line items of requested materials and installation for an Audio/Video upgrade in Building 6923, Rooms 156 & 159 on Battle Creek Air National Guard Base at 3367 W Dickman Rd, Battle Creek, Michigan 49037. (VII) Delivery Date is 60 Days After Delivery of Contract. (VIII) The following provisions in their late st editions apply to this sol i citat i on: FAR 52.212 - 1, Instructions to Offerors, Commercial. (IX) The following provisions i n their latest editions apply to th i s solicitation: FAR 52.212 - 2, Evaluation - Commercial Items. The following factors will be u sed to evaluate offers: Lowest Price Technically Acceptable. The Government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in the best interest of the Government. (X) Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. A copy has been posted at www. fbo.gov and www.nationalguardcontracting.org (XI) The following clauses in their latest editions apply to this solicitation: FAR 52. 212 - 4, Contract Terms and Conditions - Comm ercial Items. (XII) The following clauses i n their latest editions apply to this solicitation: FAR 52. 212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). 52.204-7, Central Contractor Registration 52.212-4, Contract Terms and Conditions - Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 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 Workers with Disabilities 52.222.41, Service Contract Act 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American Act - Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B. - Destination 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alt A, Central Contractor Registration 252.212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments Additional FAR c lause s cited within the above clauses, which are applicable, will be incorporated into the solicitation and the r esulting c ontract. (XIII) The following additional provisions are incorporated by reference: 52.214-31, Facsimile Bids 52.219-1 Alt 1, Small Business Program Representations 52.225-2, Buy American Act Certificate (XIV) N/ A. (XV) All information relating to this solicitation, including changes/amendments, questions and answers will be posted on the following website: (www.fbo.gov). Formal communications (such as request for clarifications and/or information) concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non - attribution basis) will be posted on the acquisition.army.mil web site. They will be contained in the plans section in a document titled "Questions and Answers". Offerors are requested to submit questions to the E - mail address noted below by no later than 4: 00 P.M. EST, 18 May 2016. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of the solicitation shall apply. Award can only be made to contractors registered in System For Award Management (SAM) at https://www.sam.gov. Awarded vendor must invoice through Wide Area Work Flow (WAWF), an online invoicing system https: //wawf. eb. mil/ after completion of event. The proposal will be due to: 110 MSC Contracting Division, 146 Sabre Avenue, Bldg. 6900, Room 207 Battle Creek ANG Base, Michigan 49037, by 5:00 P.M. EST, 25 May 2016. E-mail quotes will be accepted at daniel.t.taliaferro.mil@mail.mil (XVI) Point of Contact for this solicitation is MSgt Daniel Taliaferro at (269) 969-3364.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-1/W912JB16T8003/listing.html)
 
Place of Performance
Address: 110 MSC Contracting Division, 146 Sabre Avenue, Building 6900, Battle Creek, Michigan, 49037-5515, United States
Zip Code: 49037-5515
 
Record
SN04114301-W 20160514/160512234040-1303292dd182820ed5b4507a26883f1a (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.