SOLICITATION NOTICE
R -- Interpretation Equipment and Wireless Speakers for NDU, NESA - Attachment 4 Directions to NDU, NESA Fort McNair Washnington DC - Package #2 - Attachment 3 Redacted JA for Brand Name FAR 6.302-1 9c) - Attachment 2 Price Schedule List of Wireless Micropohne System and Interpretation Equipment for NDU, NESA
- Notice Date
- 9/10/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street, Suite 203, Arlington, Virginia, 22202-5408
- ZIP Code
- 22202-5408
- Solicitation Number
- HQ001318Q0087
- Archive Date
- 10/10/2018
- Point of Contact
- Constance House, Phone: 703-697-9961, James E Washington Jr, Phone: 703-697-8937
- E-Mail Address
-
constance.v.house.civ@mail.mil, james.washington.civ@mail.mil
(constance.v.house.civ@mail.mil, james.washington.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 2 Price Schedulet/List of Wireless Microphone System and Interpretation Equipment Attachment 3 Redacted JA Brand Name FAR 6.302-1(c) Attachment 1 PWS for DSCA, NDU NESA Fort McNair, Washington DC, Interpretation Equipment Attachment 4 Directions to NDU DSCA Fort McNair, Washington DC Notice Type: Combined Synopsis/Solicitation (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; proposals are being requested and a written solicitation will not be issued. (ii)This solicitation document, HQ0013-18-Q-0087, is issued as a Request for Quote (RFQ). (iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, dated August 22, 2018. It is the responsibility of the offeror to review the web page for notice of amendments, updates or changes to the solicitation. (iv)This solicitation is issued under FAR Part 13 - Simplified Acquisition Procedures. This requirement is to provide and/or upgrade for audio-visual systems or interpretation interface with Creston brand equipment. The William Sound System and Beyerdynamic wireless microphones are the approved interpretation wireless microphone interfaces. The requirement is for the delivery, testing, installation and demonstration of thirteen (13) interpretation equipment packages and five (5) delegate microphone system packages to the DSCA Washington-Based Regional Center, (NESA Center) located at Fort McNair, Washington, DC. The new equipment and programming shall be compatible with the existing NDU network. The period of performance shall be September 28, 2018 through December 1, 2018. The North American Classification System (NAICS) code is 238210, size standard is $15 million. Award of this requirement will be in accordance with Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures. Solicitation Number HQ0013-18-Q-0087 is 100% small business set-aside. (v) This requirement is to provide Wireless Microphone Interpretation Equipment and Installation Support for the Near East South Asia Center for Strategic Studies (NESA), located in Abraham Lincoln Hall (ALH) 300 5th Avenue, Building 64, 3rd Floor, Fort McNair, Washington, DC 20319 on the campus of National Defense University (NDU). The requirements are detailed in the attached Performance Statement of Work (PWS), Attachment 1. (vi) The requirement shall have Firm Fixed Price (FFP) Contract Line Item Numbers (CLINs) for items/services per Attachment 2. (vii) Offerors shall complete the table provided in the attached Price Schedule Attachment 2. (x) Offerors are instructed to follow the format above in Attachment 2. Offerors shall expand the table as necessary to address all equipment and labor it shall be providing. (xi) Provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xii) Provision at FAR 52.252-2, Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xiii) Provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. a. Offerors shall read the documents of the RFQ completely. b. Offerors shall submit their proposal in three Parts: Part I: Technical Capability Part II: Past Performance Part III: Price Part I shall include: a. Offeror shall submit an approach for that clearly demonstrates the offeror takes into account Intrepretation Systems Standard and compliance with applicable Federal, State and local laws and regulations. b. Offeror's approach shall address all tasks listed in the attached Performance Work Statement (PWS). Where applicable, the offerors shall include schedule for accomplishing the tasks. c. Offeror shall include a list and description of equipment to be installed and hours of labor if itemizing separately. NO PRICES NOR LABOR RATES ARE TO BE INCLUDED IN THE TECHNICAL CAPABILITY PART. d. Offeror shall provide proof they are authorized reseller/dealer/partner for William Sound System and Beyerdynamic Wireless Microphone e. Offeror shall include the CAGE Code, DUNS and proposal end date Part II shall include: a. The names of two Government agencies for which the offeror has provided the same or similar services. In lieu of Government agencies, offerors may provide the names of companies for which the offeror has provided the same or similar services. For each agency/company submitted, offerors shall provide the contract number and point of contact information. Point of contact information shall include: -Name of point of contact -Phone number of point of contact -Email address of point of contact b. If a third party, which for the purpose of this acquisition is defined as an entity proposing services that are not its own, the offeror is to provide the past performance information of the items/services it is proposing, not of the third party, itself. Part III shall include: Offerors shall submit a price schedule in the format sampled at Paragraph (viii) of this document. a. Proposals shall be submitted by [Reference FedBizOpps (FBO) Response Date to the point of contact listed below. Offerors shall provide a quote using the pricing schedule provided in the PWS attached to this combined synopsis/solicitation. b. Proposals shall be submitted to Constance V House via email to: constance.v.house.civ@mail.mil. 52.237-1 - -Site Visit (APR 1984) c. SITE VISIT: 1. PLACE: Abraham Lincoln Hall, 300 5th Avenue, Building 64, 3rd Floor, Fort McNair, DC 20319 2. DATE and TIME: Friday, September 14, 2018, 11:00 am EST 3. Attendees will need two (2) valid Government-issued or passport is required to enter Fort McNair, Washington, DC 4. Each company that wishes to attend is limited to two (2) attendees. Provide the names of those attendees to: Constance V House at constance.v.house.civ@mail.mil William Turner, NDU NESA, TurnerW@ndu.edu, 202-685-4047 Anne Barnes, NDU NESA, barnesa@ndu.edu, 292-685-4993 no later than 11:00 am EST, on Thursday September 13, 2018 5. Attachment 4 Directions to NDU, Lincoln Hall, Fort McNair, Washington DC List of Attachment: 1 PWS for Interpretation Equipment 2 Price Schedule/List of Wireless Microphone Systems and Interpretation Equipment 3. Redacted JA Brand Name FAR 6.302-1 (c) 4. Directions to NDU, NESA Fort McNair, Washington DC (ix) 52.212-2 -- Evaluation -- Commercial Items (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose is the Lowest Price Technically Acceptable (LPTA). The following factors shall be used to evaluate offers: Minimum Acceptability Standards: 1. Approach shall clearly demonstrate the offeror takes into account Interpretation Equipment Standard and compliance with applicable Federal, State and local laws and regulations. 2. Approach shall address all tasks in the attached PWS. Where applicable, the offerors shall include schedule for accomplishing the tasks. 3. Offeror shall include a list and description of equipment to be installed and hours of labor if itemizing separately. NO PRICES NOR LABOR RATES ARE TO BE INCLUDED IN THE TECHNICAL CAPABILITY PART. 4. The awardee shall be selected with the use of LPTA Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Tradeoffs are not permitted. Proposals are evaluated for acceptability but not ranked using the non-cost/price factors. 5. Clarifications may occur of proposals 6. Non-cost factors: The minimum acceptability standards and Past Performance 7. Past performance: Performance on submitted examples is relevant and acceptable. 8. Price: Cost will be evaluated as follows: The propose prices of all CLINs shall be evaluated as part of the price evaluation. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offers are to include a completed copy.) The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xi) Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition (xii) Invoicing WIDE AREA WORK FLOW (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line times (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. CLAUSES INCORPORATED BY REFERENCE 52.203-3 52.203-17 Gratuities Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights APR 1984 APR 2014 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-7 System for Award Management OCT 2016 52.204-13 System for Award Management Maintenance OCT 2016 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.212-1 Instructions to Offerors--Commercial Items JAN 2017 52.212-3 Offeror Representations and Certifications--Commercial Items JAN 2017 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.225-18 Place of Manufacture MAR 2015 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.232-18 Availability Of Funds APR 1984 52.232-4052.233-2 Providing Accelerated Payments to Small Business Subcontractors 52.233-2 Service of Protest DEC 2013 SEP 2006 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 252.201-7000 Contracting Officer's Representative DEC 1991 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 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016 252.204-7011 Alternative Line Item Structure SEP 2011 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.204-7013 Limitations on the Use or Disclosure of Information by Litigation Support Offerors MAY 2016 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors MAY 2016 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism OCT 2015 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations JUN 2015 252.215-7008 Only One Offer OCT 2013 252.223-7001 Hazard Warning Labels DEC 1991 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7012 Preference For Certain Domestic Commodities DEC 2016 252.225-7016 Restriction On Acquisition Of Ball and Roller Bearings JUN 2011 252.225-7048 Export-Controlled Items JUN 2013 252.227-7013 Rights in Technical Data--Noncommercial Items FEB 2014 252.227-7015 Technical Data--Commercial Items FEB 2014 252.227-7037 Validation of Restrictive Markings on Technical Data SEP 2016 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 252.232-7010 Wide Area Workflow Payment Instructions Levies on Contract Payments MAY 2013 DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.246-7001 Alt II Warranty Of Data (Mar 2014) - Alternate II MAR 2014 252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System AUG 2016 252.246-7008 Sources of Electronic Parts OCT 2016 252.247-7023 Transportation of Supplies by Sea APR 2014 HQ0013-18-Q-0087 Solicitation and the Site Visit questions shall be submitted by Tuesday, September 18, 2018, 11:00 am EST. Proposals shall be submitted by Tuesday, September 25, 2018 by 11:00 am EST, with the Subject Line. HQ0013-18-Q-0087, Interpretation Equipment and Wireless Speakers for NDU, NESA. (xvi) Email questions/proposals to Constance V House, via email: constance.v.house@civ.mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ001318Q0087/listing.html)
- Place of Performance
- Address: Abraham Lincoln Hall, 300 5th Ave, Bldg 64, 3rd Floor, Fort McNair, District of Columbia, 20319, United States
- Zip Code: 20319
- Zip Code: 20319
- Record
- SN05081300-W 20180912/180910231349-3cc4d8ee8a1df6d084c645d53c378285 (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 |