SOLICITATION NOTICE
58 -- AV Equipment and Install to support B-Line Simcapture software
- Notice Date
- 9/26/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024418Q0356
- Response Due
- 9/27/2018
- Archive Date
- 10/12/2018
- Point of Contact
- Alan M Gonzales 619-556-5342
- E-Mail Address
-
Email The Contract Specialist
(alan.gonzales@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for an audio visual package to support B-Line Simcapture software prepared in accordance with the format in FAR Parts 12 and 13 as supplemented with additional information included in this notice. This solicitation has been prepared with the intent to award on a competitive basis. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The solicitation number N0024418Q0356 is issued as a request for quotation (RFQ). The closing date is 27 September 2018 at 12:00pm PT. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-100 and DFARS Change Notice 20180824. Questions regarding this procurement must be submitted through email to the contract negotiator at alan.gonzales@navy.mil. All questions submitted shall include the solicitation number in the subject line. Other methods of question submittal will not be acknowledged. The Government will make every attempt to answer all questions in a timely manner; however, questions submitted within 12 hours of the posted closing date may not allow ample time to respond and offerors cannot be guaranteed a response. All questions and answers will be posted for viewing by all other potential offerors. It is the contractors responsibility to be familiar with the applicable clauses, provisions, and the attached Evaluation Criteria. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/ and www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 334310 “ Audio and Video Equipment Manufacturing; Size: 750. This acquisition is set aside for small business. The contract type is Firm Fixed Price. Brief Requirement Description: Naval Expeditionary Training Institute requires audio/video capture and same software platform distribution system able to record and stream video and simulation medical device data. Equipment will be used with existing and future medical simulation equipment. Equipment must be able to interface with each type of simulation operating systems. The Government is looking for a contractor furnished Commercial off the Shelf (COTS) equipment and installation. Fleet Logistics Center San Diego requests responses from qualified sources capable of providing the following items: CLIN 0001, Advanced AV Package. QTY: 6, Unit of Issue: Group, Price: TBD Specified Setup or equal: 2 Axis P5514 1 Axis P8221 1 B-Line Medical Shipping, Advanced AV Package 1 JBL Pro CONTROL 24CT Micro Plus 1 Liberty AV 2 ™ 22AWG 3-C Audio Cable (3.5mm TRS to unterminated) 1 Liberty AV 60 ™ 16AWG 2-C Speaker Cable (Plenum) 2 Liberty AV 60 ™ 22AWG 3-C Audio Cable (Plenum) 1 Liberty AV ARDVHD 1 Liberty AV D-VGAM-M-50 1 Liberty AV DVI/VGA 2 Liberty AV PC6ABS003BL 4 Liberty AV PC6ABS010BK 1 Liberty AV PF-HDM-M-015M 2 Middle Atlantic HR-UMS1-11.5 1 Middle Atlantic UTB-HR-A2-14 2 Raco 8772 Single Gang Mud Ring 2 Shure MX202WP/C 1 Stewart Audio CVA16-1-CV-D 1 Symetrix Prism 4x4 Deliver Date: Within 6 Months ARO. CLIN 0002, AV Installation. QTY: 1, Unit of Issue: Group, Price: TBD Install of items provided in CLIN 0001 Deliver Date: Within 6 Months ARO. Payment: Wide Area workflow (WAWF) The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. 52.204-2, Security Requirements 52.212-1, Instructions to Offerors “ Commercial Items 52.212-2, Evaluation of Commercial Items 52.212-3 Alt I, Offeror Representation and Certifications-Commercial Items-Alt I 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - 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 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.233-3, Protest After Award 52.333-4, Applicable Law for Breach of Contract Claim 52.239-1, Privacy or Security Safeguards 52.247-34, FOB Destination 52.252-1 - Solicitation Provisions Incorporated by Reference www.acquisition.gov; www.acq.osd.mil 52.252-2 - Clauses Incorporated by Reference www.acquisition.gov; www.acq.osd.mil Offerors are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 52.252-6, Authorized Deviations in Clauses 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident 252.204-7015, Notice of Authorized Disclosure of Information for Litigation 252.211-7003, Item Unique Identification and Valuation 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area WorkFlow Payment Instructions 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea The Government intends to award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, utilizing a lowest price technically acceptable evaluation. Offerors are required to become familiar with the attached Evaluation Criteria. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications- (MAR 2012) Offeror must be registered in the System for Award Management (SAM) prior to award. The website address is https://www.sam.gov/. A Data Universal Number System (DUNS) number is required to register. Email your quote to Alan Gonzales on or before 12:00pm Pacific Time on 27 September 2018. Email: alan.gonzales@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024418Q0356/listing.html)
- Place of Performance
- Address: Cristianitos Road, Building 632044, Camp Pendleton, CA
- Zip Code: 92055
- Zip Code: 92055
- Record
- SN05105695-W 20180928/180926230911-a380e11473c86783c8807c7e4f813158 (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 |