Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2018 FBO #6132
DOCUMENT

58 -- Upgrade of A/V equipment | St. Pete | - Attachment

Notice Date
9/5/2018
 
Notice Type
Attachment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
VBA, Office of Acquisitions;1800 G. Street N.W.;Room 540-D1;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
36C10E18Q9431
 
Response Due
9/11/2018
 
Archive Date
11/10/2018
 
Point of Contact
Scott Russell
 
E-Mail Address
Russell@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Amendment A00001 The purpose of this amendment is to: Upload the site visit sign in sheet. Upload the two Contractor questions received with the Government response. No change to the Statement of Work nor the response due date has occurred. End of Amendment This is a combined synopsis/solicitation RFQ 3610E18Q9431 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. The Government intends to issue one Firm Fixed Price Purchase Order for the below line item to the responsible contractor whose quote, conforming to the solicitation, is considered to be the Best Value offer. Award will be made on an all or none basis. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-99. This requirement is a Total Service Disabled Veteran Owned Small Business (SDVOSB) Set-aside in accordance with Public Law 109-461, Veterans First Program. Only offers from SDVOSB concerns that are registered and verified in the Center for Verification and Evaluation (CVE) Vendor Information Pages (VIP) website at https://www.vip.vetbiz.gov/ at the time date set for receipt of offers shall be considered for award. Offers received from concerns that are not verified service-disabled Veteran-owned small business concerns shall not be considered. The applicable NAICS Code is 334310 Audio and Video Manufacturing and has a small business size standard of 750 EMP. Any offeror who does not meet the size standards for this NAICS code shall be rejected and shall not be considered for award. Quoters are urged and expected to inspect the site where installation is to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. **A site visit is scheduled for 10:00 am EST on 29 AUG 2018 at the St. Petersburg VBA Regional Office, 9500 Bay Pines BLVD, St. Petersburg Fl. 33708. Interested parties should RSVP by 28 AUG 2018 at 1:00 pm EST. All RSVPS shall be directed by contacting the Contracting Officer (Scott Russell) at Scott.Russell@VA.gov. The Contracting Officer will acknowledge the RSVP s and provide final site visit instructions. All questions pertaining to this Combined Synopsis/Solicitation or the site visit shall be directed to Scott Russell @ Scott.Russell@va.gov. Questions are due by 10:00 am EST on 03 SEP 2018. Questions will be collated and answered in the form of an amendment. Complete and submit the below pricing schedule with your quote: (Failure to do so will make your quote non-conforming to the solicitation and as a result will not be evaluated or considered for award) CLIN 0001: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, and other items and non-personal services necessary to supply and install audio visual upgrades in accordance with the Statement of Work (SOW). Quantity: 1 Unit of Measure: JB Price $__________________ Description of Requirement The contractor shall purchase and install all audio/visual components, associated cabling, and electrical wiring necessary to complete the project. A list of equipment currently being utilized is in the equipment list below. This will be a four (4) zone bi-directional AV system as the main training room, room 215 can be one large room or divided into 3 separate or combined rooms and when needed connect to the Atrium) and include incorporated computer based video conferencing ability. Each zone must include the existing associated projector with newly contractor installed electrically controlled screens and must have the ability to be controlled from each of the four associated Ipads. In addition to various source inputs such as computer, satellite feed, etc., the projection system shall be capable of displaying the camera feed from a camera located inside the training room and the Atrium. The system shall be controlled by a state of the art mounted touch screen and wireless touchscreen controller (Ipad) to facilitate ease of use and management of complex environments. The ceilings of the training room, room 215 are 9 acoustical ceiling tile (ACT) and the floors are raised approximately 18 allowing access/cable runs as required. The Atrium is a very large open area that the contractor will be required to provide an acoustical analysis and a structural analysis prior to installation of equipment. It is intended that the system be turn-key. All components, wire, interfaces, patch cables, hardware, labor to install, programing, electrical work, structural work, testing and training needed to create a working system are to be provided whether listed in this document or not. The Atrium is a large room that is broken into (1) front and (2) rear seating locations. Its primary purpose is for presentations. Room 215 is a large training room capable of being divided into 3 separate individual rooms. The contractor shall purchase and install all equipment and components necessary to complete this project within 120 days of award. VA will provide 2 additional computers in 215 for Rooms A/B and C/D and the contractor shall ensure that the audiovisual system they are installing will work in unison with VA imaged workstations running WIN 7, office 365 and Skype for Business. Contractor shall replace existing interior window blinds and allow for operation of the blinds from the touchscreen and Ipad devices. Contractor shall provide all schematics and drawings for all the equipment. Performance Period All work shall be completed within 120 (120) days after receipt of order. Place of Performance: Department of Veterans Affairs, Veterans Benefits Administration, 9500 Bay Pines Blvd., St. Petersburg, FL 33708-3915. Clauses: FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this solicitation. The following FAR and VAAR provisions and clauses are added as addenda: 52.252-2 Clauses Incorporated by Reference (FEB 1998) [Fill in as follows] http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) Addendum to FAR 52.212-4 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2015) 52.227-14 Rights in Data-General (MAY 2014) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) SUPPLEMENTAL INSURANCE REEQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (End of Clause) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 Disputes (MAY 2014) 852.203-70 Commercial Advertising (JAN 2008) 852.211-70 Service Data Manuals (NOV 1984) 852.211-73 Brand Name or Equal (JAN 2008) 852.219-10 VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.232-72 Electronic Submission of Payment Requests (Nov 2012) 852.246-70 Guarantee (JAN 2008) [Fill in as follows] One Year (End of Addendum to FAR 52.212-4) 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b applicable clauses: (4) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (OCT 2016) (8) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013). (22) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) (25) 52.222-3 Convict Labor (June 2003) (27) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) (28) 52.222-26 Equal Opportunity (MAR 2007) (30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (33) 52.222-50 Combating Trafficking in Persons (MAR 2015) (44) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (51) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (58) 52.232-34 Payment by Electronic Funds Transfer Other Than System for Award Management (Jul 2013) Paragraph c applicable clauses: (3) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. Air Conditioning Equipment Mechanic, 5306: WG10/2; $23.70 (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). Wage Determination 2015-4571, Revision No. 5, dated 01/10/2018 applies to this acquisition. (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (8) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) (9) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (End of Clause) 52.212-1 Instructions to Offerors-Commercial Items (JAN 2017) FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. Addendum to FAR 52.212-1 The following provisions and clauses are added as addenda: 52.209-7 Information Regarding Responsibility Matters (JUL 2013) 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) 52.222-56 Certification Regarding Trafficking in Persons Compliance Plan (MAR 2015) 52.233-2 Service of Protest (SEPT 2006) 52.237-1 Site Visit. 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) [Fill in as follows] http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71 Alternate Protest Procedure (JAN 1998) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) (End of Addendum to 52.212-1) 52.212-2 Evaluation -- Commercial Items does apply. (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, based on Price and other factors. The following factors shall be used to evaluate offers: i. Technical Approach Provide a narrative describing the specific A/V equipment to include make, model, and description of key specifications and how they meet the requirements of the SOW. Provide a narrative on the installation process which shall include discussion of the critical elements and how your quality assurance will ensure a fully integrated installation will be completed in accordance with the SOW. Provide a schedule for installation to include key milestones which reflect an installation being completed within 120 days of receipt of award. ii. Past Performance Recent and relevant past performance shall be discussed for the prime contractor and/or any team members or teaming partners proposed to support this contract. The Offeror is provided an opportunity to submit a list of no more than three (3) contracts. These contracts shall include the Offeror s most recent and relevant past performance information on projects which are similar in size, scope, and complexity of installing and integrating A/V equipment into existing systems. Iii. Price IAW FAR 13.106-3(a) Price will be evaluated to determine reasonableness based upon the total price of the award 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2017) Offers are due no later than 11 SEP 2018 by 7:00 AM EST. The vendor must be active in SAM to receive an award. Vendor is to ensure the following information is provided with their written quote: Completed Pricing schedule, Past Performance Information, Prompt Payment Terms, Correct Remittance Address, Cage Code, Duns Number, Tax Identification Number, Full Name and Telephone Number of Vendor's Point of Contact. Quotes shall be submitted electronically via email to Scott.Russell @va.gov. The maximum size of each email cannot exceed 5 MB. Note that emails that contain compressed files such as Zip files will be rejected by the government server. Only written quotes shall be acceptable and must be received and identified by solicitation # 36C10E18Q9431. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this solicitation. For additional information, please contact the Contracting Officer, Scott Russell at (336) 251-0633 or by e-mail at Scott.Russell@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/36C10E18Q9431/listing.html)
 
Document(s)
Attachment
 
File Name: 36C10E18Q9431 0001 36C10E18Q9431 0001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4577799&FileName=36C10E18Q9431-0001000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4577799&FileName=36C10E18Q9431-0001000.docx

 
File Name: 36C10E18Q9431 0001 S04 - Site Visit .pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4577800&FileName=36C10E18Q9431-0001001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4577800&FileName=36C10E18Q9431-0001001.pdf

 
File Name: 36C10E18Q9431 0001 S05 - Vendor Questions with Answers.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4577801&FileName=36C10E18Q9431-0001002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4577801&FileName=36C10E18Q9431-0001002.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: DVA/VBA/Saint Petersburg FL RO;9500 Bay Pines Blvd.;St. Petersburg, Florida
Zip Code: 33708
 
Record
SN05073319-W 20180907/180905231208-6769966c1c1d459d619014b36c355534 (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.