SOLICITATION NOTICE
59 -- Cyclical A/V Replacement Intercom System
- Notice Date
- 7/26/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- JOHN F. KENNEDY CENTER FOR THE PERFORMING ARTS 2700 F STREET, N.W. Washington DC 20566
- ZIP Code
- 20566
- Solicitation Number
- RFQ-33310519Q0021
- Response Due
- 8/5/2019
- Point of Contact
- Franklin F. Gunn, Contract Specialist, Phone 2024167953
- E-Mail Address
-
fgunn@kennedy-center.org
- Small Business Set-Aside
- Total Small Business
- Description
- 1. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. 2. Solicitation Number 33310519Q0021 is issued as a Request for Quotation (RFQ). 3. The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-04. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: www.acquisition.gov 4. This procurement is being issued as 100% Small Business Set-Aside and the associated North American Industrial Classification Standard (NAICS) code is 334310; and the small business size standard is 750 employees. 5. The contractor shall deliver the following new and unused Brand Name product by CLEARCOM. The contractor shall be an authorized reseller or distributor of CLEARCOM. 6. The contractor shall coordinate the exact dates and times of delivery with the John F. Kennedy Center (JFKC) for the Performing Arts at least one week in advance. The contractor shall ensure that the total for all amounts ordered and delivered does not exceed the amount noted in the contract line item numbers. 7. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this acquisition. The following provisions apply to this RFQ: FAR 52.212-1 Instructions to Offerors - Quotations submitted by another firm on behalf of a SAM registered company with the intention of being awarded as "in care of" will not be accepted. Addendum to FAR 52.212-1 FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is  is not  a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is  is not  a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. 8. Quotes will be evaluated quotes using Simplified Acquisition Procedures. Award will be made to the responsible quoter whose quote represents the lowest price technically acceptable offer. The Government will award a firm-fixed price purchase order resulting from this combined synopsis/solicitation to the responsible quoter whose quotation conforming to the synopsis/solicitation will be the lowest price technical acceptable quote. 9. Commercial FAR 52.212-3 Offeror Representations and Certifications- Commercial Items. Note: 52.212-3 shall be completed in the offerors System for Award Management (SAM) record. All interested parties MUST be registered in SAM in order to receive a contract award. If you are not registered with SAM, you may contact the SAM Help Desk at 1-866-606-8220 or register on-line at http://www.sam..gov Include your company DUNS Number and Federal Tax Identification Number (TIN) on your quote. Provide product warranty terms. The Government requires your quote remain valid for 45 calendar days from date of submission Quotes. 10. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4. Addendum to FAR 52.212-4: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-11 FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.247-34 F.O.B.-Destination FAR 52.252-2 Clauses Incorporated by Reference NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/JFKC/FMD/CO/RFQ-33310519Q0021/listing.html)
- Place of Performance
- Address: The John F Kennedy Center for the Performing Arts 2700 F Street, N.W. Washington, DC
- Zip Code: 20566
- Country: US
- Zip Code: 20566
- Record
- SN05383101-F 20190728/190726230027 (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 |