Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2018 FBO #5942
SOLICITATION NOTICE

D -- 116th Brigade Conference Room Upgrade - Scope of Work

Notice Date
2/27/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Idaho, 3489 West Harvard Street, Boise, Idaho, 83705-6512
 
ZIP Code
83705-6512
 
Solicitation Number
W912J7-18-R-0005
 
Archive Date
3/30/2018
 
Point of Contact
Thomas R. Guyer, Phone: 2082724600, Christopher R. Rasmussen, Phone: 2082724944
 
E-Mail Address
thomas.r.guyer.civ@mail.mil, christopher.r.rasmussen2.mil@mail.mil
(thomas.r.guyer.civ@mail.mil, christopher.r.rasmussen2.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Conference Room Table Top Equipment List Monitor Wall Setup Past Performance Scope of Work This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 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. This shall be a Best Value Trade-Off acquisition to support equipment purchase, installation, programming and removal of existing video teleconference equipment in the Idaho Army National Guard 116th Brigade Headquarters Conference Room where technical and past performance are more important than price. (ii) This is a Request for Quote under solicitation number W912J7-18-R-0005. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective 13 JAN 2017, and DFARS Publication Notice 20161222. (iv) This is a total small business set-aside for NAICS 334310 - Audio and Video Equipment Manufacturing, with the SBA Size Standard for this NAICS being 750 employees. (v) The equipment associated with this acquisition under CLIN 0001 will be Brand Name or Equal for purchase, delivery and installation of the following video teleconference item(s). See the Equipment Table provided as Attachment 4 to this Combined Synopsis/Solicitation. (vi) As stated and supported by the statement of work, purchase, delivery, installation, programming and demonstration of all equipment to include demolition/removal of existing cabling, screens (except drop down projector screen), whiteboards and corkboards shall be completed in advance of acceptance of this project by the government. There will be no integration of existing equipment into this project. Installation of this equipment is supported by the attached work statement, drawings and renderings of the conference room. The vendor is cautioned to closely read and adhere to the verbiage of Clause 52.212-1 Instructions to Vendors prior to submitting an offer. (vii) The project will be completed on Gowen Field, Boise, Idaho in the 116th Idaho Army National Guard Brigade Headquarters. Interested vendors are encouraged and expected to attend the site visit or to send an agent to represent their principal interests at this site visit. The site visit is scheduled for 7 March 2018 starting at 0900. To be included in this site visit, vendors shall contact Thomas R. Guyer at Thomas.r.guyer.civ@mail.mil and SFC Chris Rasmussen at christopher.r.rasmussen2.mail@mail.mil with the names of all parties who will be attending for inclusion on an entrance authorization list. Vendors shall not use access to the installation under other contract access authorization to gain access to the conference room at a time other than the 7 Mar 2018 event. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. All provisions and clauses referenced in this combined synopsis/solicitation can be found at http://farsite.hill.af.mil/ Addendum to FAR 52.212-1 Instructions to Offerors - Commercial. The vendor shall provide three separately identifiable Volumes using the following conventions: Factor 1 ~ Technical Instructions Volume 1 ~ Technical Volume, Vendor Name, Total pages (This Volume shall not exceed 40 pages.) a. The technical volume shall include a contractor developed wire diagram of all cable runs and connections using MS PowerPoint. MS Visio, or MS Word equivalent products which are easily followed and reflect a professional wire diagram. Formal architectural renderings are not expected. This product shall be provided to the government and the government will retain the rights to this diagram. This diagram shall be used to support future maintenance or upgrades as required. b. Technical capability shall be evaluated by how well what the vendors proposes to meet the PWS and the equipment offered which meets or exceeds the Government requirement. The technical volume shall further support how the vendor will integrate all features of this project, and a timeline to completion. NOTE, if equivalent but not exact pieces of equipment are offered, a complete and exact comparison between what is requested by the government and what is offered by the vendor shall be delivered. Vendors are cautioned to clearly and without interpretation on the part of the government reflect to the government how their offered equipment is equal to or equivalent to the brand name equipment requested in the equipment table. To further this point, the equipment requested by the government supports a standardization of equipment across all video teleconference suites in the Idaho Army National Guard and in order to attain efficiency of knowledge, understanding and training opportunities, this equipment type furthers that intent. Factor 2 - Past Performance Instructions Volume 2 ~ Past Performance Volume, Vendor Name, Total pages (This Volume shall not exceed 15 pages.) Past performance summary information shall be captured in the attached Past Performance Questionnaire at Attachment 2. In doing so, identify past or current Government contracts for efforts similar to this requirement. You shall provide full names and current phone numbers of references that the Government can contact. Failure to provide this information will result in a neutral rating. a. Problems encountered on the identified contracts and any corrective actions must be included in the quote. b. Past performance information will be considered recent if the contract was active within the last three (3) years as of the date of solicitation opening. Past performance information will be considered relevant if the contract included the same or similar requirements to the SOW and performance of tasks similar to the tasks listed in the SOW included in this solicitation. Past performance information will be reviewed to determine the recency and relevance of the information. c. Contractor performance will further be reviewed through the use of systems such as the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases. Interviews may be conducted with Program Managers, and Contracting Officers. d. Vendors without a record of relevant past performance will be evaluated with a neutral rating. Factor 3 ~ Price Instructions Volume 3 ~ Pricing Volume, Vendor Name, Total pages (This Volume shall not exceed 15 pages.) At a minimum, the Vendor SHALL provide a Pricing Table inside this volume which delineates the price of each piece of equipment (or equivalent) identified in the equipment list to include segregation of the costs associated with installation, programming and all cabling. The pricing volume SHALL include a Total Price for this project which is the summation of all cost elements the vendor identifies. (ix) A statement regarding the applicability of the provision at 52.212-2, Evaluation -- Commercial Items, if used, and the specific evaluation criteria to be included in paragraph (a) of that provision. If this provision is not used, describe the evaluation procedures to be used. Addendum to FAR 52.212-2, Evaluation -- Commercial Items Basis for award, the government intends to award a contract as a result of this evaluation to the vendor who proposal which conforms to this solicitation and offers the best value to the government while considering the following factors and their relative importance to one another: Relative Importance of Factors. The relative importance of each factor is as follows: Technical, Past Performance and Price are listed in descending order of relative importance Factor 1 (Technical) is more important than Factor 2 (Past Performance), further Factor 1 and 2 when combined are significantly more important than Factor 3 (Cost/Price). Factor 1 ~ Technical Evaluation Volume 1 ~ Technical Volume, totaling no more than 40 pages. The technical volume shall be evaluated using the following criteria: Blue Substantially Exceeds Requirement: Meets or exceeds all mandatory equipment requirements and offers enhanced capabilities through the integration plan and timeline offered. Technical approach is exemplary and innovative. Green Meets Requirement: Meets all mandatory equipment requirements. Provides no enhanced capabilities through the integration plan and timeline offered. Technical approach is adequate. Red Does Not Meet Requirement: Does not meet mandatory equipment requirements. Does not offer a suitable integration plan not an acceptable timeline. Technical approach is not adequate. No pages beyond the 40th page will be considered in this evaluation. The technical volume evaluation shall consider delivery of the contractor developed wire diagram, MS PowerPoint. MS Visio, or MS Word products which are easily followed and reflect a professional wire diagram are suitable. This product shall be provided to the government and the government will retain the rights to this diagram. This diagram shall be used to support future maintenance or upgrades as required. Technical capability shall further be evaluated by how well what the vendors proposes for equipment meets or exceeds the Government requirement The technical volume shall further support how the vendor will integrate all features of this project, and a timeline to completion. NOTE, if equivalent but not exact pieces of equipment are offered, a complete and exact comparison between what is requested by the government and what is offered by the vendor shall be delivered. Vendors are cautioned to clearly and without interpretation on the part of the government reflect to the government how their equipment is equal to or equivalent to the brand name equipment requested in the equipment table. To further this point, the equipment requested by the government supports a standardization of equipment across all video teleconference suites in order to attain efficiency of knowledge, understanding and training opportunities and this equipment type furthers that intent. Factor 2 - Past Performance Evaluation Volume 2 ~ Past Performance Volume, totaling no more than 15 pages. The technical volume shall be evaluated using the following criteria: VG - Very Good, Low risk Past Performance consistently demonstrates vendor has significantly exceeded performance or capability standards previous set. No doubt exists in ability to perform. G - Good, Low risk: Past Performance demonstrates vendor has exceeded or met all performance or capability standards previous set. Little to some doubt exists in ability to perform. N - Neutral, Neutral risk: Past Performance demonstrates vendor has exceeded or met all performance or capability standards previous set. The vendor has little/no relevant past performance upon which to base a meaningful performance risk prediction. Performance Risk Level: Unknown M - Marginal, High risk: Past Performance demonstrates vendor has exceeded or met all performance or capability standards previous set. Significant doubt exists that the vendor will successfully perform the required effort based on its performance record. An award will not be made to any vendor who receives a "High" risk past performance rating. U - Unsatisfactory N/A- Not Applicable. High risk: No performance record identifiable Significant doubt exists that the vendor will successfully perform the required effort based on its performance record. An award will not be made to any vendor who receives a "High" risk past performance rating. Past performance evaluation shall be sourced from the delivered questionnaires in Volume 2, Past Performance Volume as well as inquiries into the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases. Failure to provide this information will result in a neutral rating. Any page included beyond the 15th page shall not be reviewed. Factor 3 ~ Price Evaluation Volume 3 ~ Pricing Volume, total pages in this Volume shall not exceed 15 pages. Price analysis will be used to determine fair and reasonable pricing. At a minimum, the Vendor SHALL provide a Pricing Table inside this volume which delineates the price of each piece of equipment (or equivalent) identified in the equipment list to include segregation of the costs associated with installation, programming and all cabling. The pricing volume SHALL include a Total Price for this project which is the summation of all cost elements the vendor identifies. (x) Vendors are advised to include a completed copy of the provision at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, with their offers. ONLINE ORCA (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, applies to this acquisition. (xiii) The following FAR/DFARS clauses are applicable: 52.204-7 Central Contractor Registration 52.211-6 Brand name or equal 52.212-3 ALT I Offeror Representations and Certifications-Commercial Items 52.219-4 Notice of Evaluation Preference for HUBZone Small Business Concerns 52.219-28 Post-Award Small Business Program Representation 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to inform employees of whistleblower rights 252.203-7005, Representation Relating to Compensation of Former Dod Officials 252.204-7004 Alt A, System for Award Management Alternate A 252.204-7006, Billing Instructions (OCT 2005) 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (CTI) 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information 252.225-7048, Export-Controlled Items 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American and balance of Payment Program 252.232-7003, Electronic submission of payment req and receiving reports 252.232-7006, Wide Area WorkFlow Payment Instructions (WAWF) 252.232-7010, Levies on contract payments 252.244-7000, Levies on Contract Payments 252.247-7023, Transportation of Supplies by Sea (xiv) A statement regarding the Defense Priorities and Allocations System (DPAS) and assigned rating, if applicable. Not Applicable (xv) Final Questions associated with this solicitation shall be received no later than 4:00 PM Mountain Standard Time (MST), 13 March 2018 at 4:00 PM. Questions received after this time will not be responded to. Final Offers shall be received no later than 4:00 PM MST, 15 March 2018. Late solicitation responses shall not be considered for contract award. All solicitation responses shall be delivered via Email to Thomas R. Guyer at Thomas.r.guyer.civ@mail.mil and SFC Chris Rasmussen at christopher.r.rasmussen2.mail@mail.mil (xvi) Point of Contact regarding this solicitation: Thomas R. Guyer, Contracting Officer, Ph: 208-272-4600; e-mail: Thomas.r.guyer.mil@mail.mil All future information about this acquisition, including amendments, will be distributed solely through this site to ensure that all vendors have the most current information about this acquisition. Vendors are required to acknowledge each amendment in their solicitation response. Vendors are required to be registered in the System for Award Management (SAM) database http://www.sam.gov. All responsible sources may submit a response to this announcement which will be considered by this agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA10/W912J7-18-R-0005/listing.html)
 
Place of Performance
Address: 116th Brigade Headquarters, Gowen Field, Boise, Idaho, 83705, United States
Zip Code: 83705
 
Record
SN04836657-W 20180301/180227231657-a463b8382f7b7e8bc7fe5ae48e7b92d4 (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.