SOLICITATION NOTICE
58 -- Audio and Video Equipment (VTC)
- Notice Date
- 5/7/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-18-Q-6696
- Response Due
- 5/14/2018
- Archive Date
- 6/13/2018
- Point of Contact
- Point of Contact - Frederick Espiritu, Contract Specialist, 619-553-3387; Peaches Francis, Contracting Officer, 619-553-4507
- E-Mail Address
-
Contract Specialist
(frederick.p.espiritu@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Enclosure 1 Combined Synopsis/Solicitation Template This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Competitive quotes are being requested under Request For Quote (RFQ) # N66001-18-Q- 6696. North American Industry Classification System (NAICS) code applicable to this acquisition is 334310 and the small business size standard is 750 employees. This procurement is a Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. DESCRIPTION OF REQUIREMENTS The Government is seeking to acquire VTC Equipment. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows: BRAND NAME DO NOT SUBSTITUTE (Cisco and AMX) ITEM MFG PART # DESCRIPTION QTY 1 AMX FG1906-22 DVX-3256HD-SP, 2x25W, 8-Ohm 1EA 2 AMX FG673-01 NXA-PDU-1508-8 1EA 3 AMX FG1010-500 DXLink HDMI RX 1EA 4 AMX FG1010-310 DXLink Multi-Format TX 2EA 5 AMX FG2265-05 MST-1001, Tabletop Touch Panel 1EA 6 AMX FG1010-320-BL DXLink Multi-Format Wall plate TX Black 1EA 7 AMX FG1090-170 Dual Power over DXLink Controller 1EA 8 AMX FG1010-722 Module Surface Mount Brackets 4EA 9 AMX FG5968-30 MPA-VRK, Rack Shelf 1 RU 7.3" Depth 1EA 10 AMX FG10-673-01 C13 to C14 Power Cable 6EA 11 AMX FG10-673-02 C14 to NEMA Power Cable 6EA 12 Cisco CTS-SX80-IP60-K9 SX80 Codec Precision 60 CAM TCH 10 table 1EA 13 Cisco LIC-SX80-MS SX80 MultiSite Software Option 1EA 14 Cisco CON-ECDN-CTSSX860 ESS WITH 8X5XNBD Cisco SX80 Codec, Prec 60 Cam Touch TM60 1EA BRAND NAME or EQUAL SPECIFICATIONS (All Others) Item Brand Name Desc Qty 15 Mid Atlantic Utility Drawer, 2 RU, Anodized, w/Lock D2LK 1Ea 16 Mid Atlantic Brush Grommet Panel, 1 RU BR1 1EA 17 Vaddio OneLINK HDMI for Precision 60 999-9560-000 1EA 18 Vaddio Optional Rack Mounting Kit for EasyUSB Tools 998-6000-004 1EA 19 Extron DA2 HD 4K 4K HDMI Distribution Amplifier 60-1480-01 1EA 20 Belkin Belkin Secure FLIP 2-Port DisplayPort KVM w/ Remote F1DN102N-3 1EA 21 Block Box LPJ008A-F POE Gigabit Ethernet Injector -802.3AF 8port 1EA 22 C2G 56783 6Ft HDMI Cable 10EA 23 C2G 42516 6FT DVI to HMDI 1EA 24 C2G 10260 7Ft CAT5E Ethernet network Patch cable 8EA 25 C2G 50225 6Ft Select VGA + 3.5mm stereo audio A/V cable M/M 3EA 26 SAMSUNG SAMSUNG 85" Slim direct Lit UHD LED display *TAA* QM85D 1EA The estimate delivery of June 2018. The Government is seeking Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance: N66001 Ship to Address: Ship to Address: N66001 SPAWAR Systems Center Pacific Receiving Officer 4297 Pacific Highway, Bldg OT7 San Diego, CA 92110-5000 OFFEROR INSTRUCTIONS The Government will award a Firm Fixed Price contract resulting from this solicitation to the responsible offer whose quotation conforming to the solicitation represents the Lowest Price Technically Acceptable (LPTA) as defined in the 'EVALUATION FACTORS FOR AWARD' Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is "None" or "Not applicable," explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be unacceptable and ineligible for contract award. A complete quote includes a response and submission to each of the following: Carefully consider the items below and tailor the offeror instructions to the procurement. 1. General Information: Offeror Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. 2. Technical Acceptability Documentation: a. Technical Approach or Specifications: Include a separate concise, clear, and descriptive narrative technical approach on how all of the XXXX services/supplies to the different sites and at different times will be provided. Offerors are encouraged to submit product manufacturer specifications, pictures, brochures, or and other pertinent technical information of the quoted XXXX to facilitate the evaluation. The offer must address and meet the requirements/specifications as defined under Technical Acceptability in Factor I below. b. Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. c. Authorized Source Confirmation: If the solicitation includes delivery of products that are considered critical or high risk material* and are currently in production or currently available, insert 2(c) IAW SECNAVINST 4855.20. *Note: A "Critical or high risk material" status is determined by the Contracting Officer based on the requirement (e.g., brand name products). The following product certification statement below applies to line items 0001 through XXXX and each offeror must submit supporting documentation, as needed: To be considered for award, the offeror/contractor is required to submit documentation confirming that they are an authorized source. An "Authorized Source" is defined as the original manufacturer, a source with the express written authority of the original manufacturer or current design activity, or an authorized aftermarket manufacturer. d. Counterfeit IT Certification: If the solicitation includes the delivery of IT products or services with incidental IT products, consider including DFARS 252.246-7007 and DFARS 252.246-7008 in addition to inserting the following mandatory solicitation language (IPM 14-012CON) as item 2(d). The following IT related statement applies to line items XXXX through XXXX and each offeror must explicitly confirm and submit supporting documentation, as needed: The offeror/contractor certifies that the product(s) being offered are new and in their original packaging. The subject product(s) are eligible for all manufacturer warranties and other ancillary services or options provided by the original manufacturers, authorized suppliers, or suppliers that obtain parts from the manufacturer or its authorized supplier. The offeror/contractor further certifies that it is authorized by the manufacturer to sell the product(s). The offeror is required to submit documentation identifying its supply chain for the product(s). Within the aforementioned documentation, the offeror shall also identify the country of manufacture and indicate one of the following, if applicable: Manufacturing occurs in the U.S., but more than 50% is foreign content Originally foreign manufactured products significantly modified by U.S. Company The contractor assumes responsibility for authenticity. Costs of counterfeit parts are unallowable unless the conditions set forth in DFARS 231.205-71(b) are met. By making an offer, the offeror acknowledges that a no cost cancellation or partial termination for default/cause for non-compliant awarded items may occur if any of the products provided are not recognized or acknowledged by the manufacturer as new products eligible for warranties and all other ancillary services or options provided by the manufacturer or that offeror was not authorized by the manufacturer to sell the product in the U.S. 3. Price Quote: Submit complete pricing for each individual item listed in the "DESCRIPTION OF REQUIREMENTS" Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing. 4. Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. EVALUATION FACTORS FOR AWARD: Insert a statement regarding the applicability of FAR provision 52.212-2, Evaluation -- Commercial Items, if used, and the specific evaluation criteria to be included in paragraph (a) of that provision. If provision 52.212-2 is not used, describe the evaluation procedures to be used. Sample language provided below. Basis For Award: The Government intends to award a contract to the lowest priced, technically acceptable offeror, who is registered with Wide Area Work Flow (WAWF) and System for Award Management (SAM); however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. An offer will be considered non-responsive if technical acceptability is not met. Technical Acceptability is defined in Factor I below. Factor I Technical Acceptability: The Government will evaluate the quote to see if the following specification requirements are met to include all information required for a complete quote as defined in paragraph #2 above: Edit to include technical acceptability specifications/requirements for the requirement. Other points to consider under technical acceptability are: If pursuing "Brand Name," ensure to attach the justification to the solicitation as required per FAR 13.106-1(b). Consider the following recommended language: This requirement contains supplies that are Brand Name pursuant to FAR 11.105, Items Peculiar to One Manufacturer. To be considered for award, the offeror is required to certify that the product being offered is an original, new, and TAA compliant (reference 2 (c) above) Insert Name of the Brand product. The Government will only accept the required brand name product as specified in Attachment XX. If pursuing "Brand Name or Equal," consider the following recommended language: The "Brand Name" item(s) (including part numbers) along with the salient physical, functional, and performance characteristics that an "equal" product must meet are specified in Attachment XX. Offerors shall provide a quote that identifies the Brand Name items or "Equal" items. Additionally, offerors shall specify delivery timeframes in their quote that meet or exceed the required delivery date specified above. When proposing an "equal" item(s), the "equal" product(s) must meet the salient physical, functional, and performance characteristic specified in Attachment XX. To propose an "equal" item, offerors shall clearly identify the item by providing in the quote the brand name/manufacturer of the "equal" item, the make/model/part number of the "equal" item and a website link to the descriptive literature which demonstrates the "equal" item meets, at a minimum, the salient characteristics provided in Attachment XX. Factor II Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm- fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above as outlined in paragraph #3 above. Notice: Any offer rated "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award. DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have registered CAGE and DUNS Codes. Page Limitations: Ensure to stay within the page limitations as follows: address page limitations, if none state or if page limitation are by each item listed in "Offeror Instructions" provide in bullet form. If pages need to be numbered specify here. Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8 by 11 inch page in 12 point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received before 10 May 2018 at 10:00AM, Pacific Time. Questions must be uploaded on the SPAWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions N66001-18-Q-6696. Include RFQ# N66001-18-Q-6696 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 14 May 18 at 10:00AM, Pacific Time. Quotes must be uploaded on the SPAWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-18-Q-6696. E-mail quotes or offers will not be accepted and late quotes will not be accepted. SPAWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. Government RFQ Point of Contract: The point of contact for this solicitation is Name of Contract Specialist/Purchasing Agent at frederick.p.espiritu @navy.mil. Reference RFQ# N66001-18-Q-6696 on all email exchanges regarding this acquisition. APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) Verify the current Federal Register No. which can be found at http://farsite.hill.af.mil/vmfara.htm and insert '2005-96' and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/. The following FAR and DFARS provisions, incorporated by reference, apply to this acquisition: Reference clause matrix provided in IPM 17-006CON, consider provisions, and tailor to this acquisition. FAR 52.204-7, System for Award Management (Oct 2016); FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017); FAR 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items (Jan 2017); FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications (Oct 2015); 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011); and 252.247-7022, Representation of Extent of Transportation by Sea (Aug 1992). The following clauses, incorporated by reference, apply to this acquisition: 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016); 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016); 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017). FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition and includes the following clauses by reference: Reference clause matrix provided in IPM 17-006CON and tailor which clauses contained within FAR 52.212-5 are applicable to this acquisition. The following additional FAR and DFARS clauses, incorporated by reference, apply to this solicitation: 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013); 252.204-7003, Control of Government Personnel Work Product (Apr 1992); 252.204-7006, Billing Instructions (Oct 2005); 252.204-7011, Alternative Line Item Structure (Sep 2011); 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Oct 2016); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012); 252.232-7006, Wide Area Work Flow Payment Instructions (May 2013); 252.232-7010, Levies on Contract Payments (Dec 2006); 252.244-7000, Subcontracts for Commercial Items (Jun 2013); and, 252.247-7023, Transportation of Supplies by Sea (Apr 2014).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/756e4ba74ed0c0f07bf19a58ed39b0ea)
- Record
- SN04912830-W 20180509/180507230619-756e4ba74ed0c0f07bf19a58ed39b0ea (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 |