Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 25, 2020 SAM #6691
SOLICITATION NOTICE

R -- PROJECTOR CABLING UPGRADE

Notice Date
3/23/2020 12:32:15 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
 
ZIP Code
80840-2303
 
Solicitation Number
FA700020Q0035
 
Response Due
3/26/2020 11:00:00 AM
 
Archive Date
04/03/2020
 
Point of Contact
Doris G. Jeffers, Phone: 7193334683, Fax: 7193338939, susan g. hashemi, Phone: 7193338059
 
E-Mail Address
doris.jeffers@us.af.mil, susan.hashemi@us.af.mil
(doris.jeffers@us.af.mil, susan.hashemi@us.af.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
The due date for responses has been extended due to technical issues.� See new due date above.� No other changes to the solicitation have been made. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued.� This solicitation is issued as a request for quotation (RFQ) in accordance with FAR Part 12 under solicitation number FA700020Q0035.� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, effective 15 January 2020. The associated North American Industry Classification System (NAICS) is 541512 - Computer Systems Design Services and the size standard in number of employees is $30 million. The Product Service Code (PSC) is R425.� This acquisition is restricted as 100% set-aside to a Service Disabled Veteran-Owned Small Business (SDVOSB). All responsible SDVOSB may submit a quote, which if received timely, will be considered by the 10th Contracting Squadron, USAF Academy (USAFA).� The Government bears no legal liability for the costs associated with preparing a quote.� Vendors should not submit a quote unless they are willing to absorb all costs associated with submitting a quote.� The Government will not consider any quotes that contain used, reconditioned, refurbished, gray market, or liquidated stock. Before submitting a quote, please read the instructions in the addenda to FAR 52.212-1 listed below.� It is the quoter�s responsibility to ensure their quote meets all the requirements identified herein. Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort.� No award will be made under this solicitation until funds are available.� The Government reserves the right to cancel this solicitation, either before or after the closing date.� In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. I.� DESCRIPTION OF REQUIREMENTS 1. The United States Air Force Academy (USAFA) requires non-personal services to upgrade 80 individual classroom and conference rooms with new projectors and plenum rated VGA and HDMI cabling.� 2. �A clear and complete description for the Classroom Projector/Cabling Upgrade service can be found in the Performance Work Statement (PWS) dated 16 July 2019 (Attachment #2). 3.� The CLIN structure will be: CLIN 0001: Material CLIN 0002: Cabling Upgrade Service��� II. SOLICITATION INSTRUCTIONS IAW 52.212-1, INSTRUCTIONS TO OFFERORS � COMMERCIAL ITEMS (NOV 2019) � 1. In all instances throughout this solicitation, to include the applicable provisions and clauses, any use of the word ""proposal"" should be understood as ""quote"".� All instances of the word ""offeror"" should be understood as ""quoter"".� All instances of the word ""award"" should be understood as ""purchase order"".� 2.� A Firm-fixed price purchase order with a period of performance of 1 April 20120 � 30 August 2020 is proposed. 3.� Quotes provided in response to this solicitation are binding and quoters will be evaluated and award will be made IAW the evaluation criteria in FAR 52.212-2. 4.� To assure timely and equitable evaluation of quotes, the quoter must follow the instructions contained herein. Failure to meet a requirement may result in a quote being ineligible for award. It is the quoter's responsibility to ensure their quote meets all the requirements. Alternative quotes will not be accepted.� Late submissions.� FAR 52.212-1(f) is amended as follows: ����� (i) Offerors are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation.� If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due. (ii) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before award is made and the contracting officer determines that accepting the late quotation would not unduly delay the acquisition. (iii) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. 5. �The provision at ADDENDUM TO FAR 52.212-1, Instructions to Offerors�Commercial (Oct 2018) Please send an email confirming submission to the primary point of contact (POC) Doris Jeffers Contract Specialist, at doris.jeffers@us.af.mil.� Alternate POC is Susan G. Hashemi, Contracting Officer, (719) 333-8059, susan.hashemi.2@us.af.mil . Questions should be in writing and mailed to the above POC prior to the closing of this RFQ.� Quotes must be submitted by 28 February 2020, 2:00 p.m. Mountain Standard Time (MST). � If you would like to schedule a site visit, please email your interest to this POC as well. The site visit is tentatively scheduled for Thursday, 13 February 2020 at 9:00 a.m. MST. If the site visit does not generate enough interest, the site visit will be cancelled. If a site visit is requested, this will be at the offeror�s own expense. Formal communications.� Requests for clarification and information concerning the solicitation must be provided in writing no later than 10 days prior to closing.� All questions and answers will be compiled and will be provided (offeror names redacted) to all interested parties via e-mail.� Questions may be emailed to the point of contact listed above in section II, paragraph 5a.� All correspondence should reference the solicitation number. � Quoters are required to be registered in the System of Award Management (SAM) (https://www.sam.gov) at the time the quotation is submitted in order to comply with the annual representations and certifications requirements.� Quoters that are not registered in SAM at the time the quotation is submitted will not be considered. � The provision at FAR 52.212-3, Offeror Representations and Certifications � Commercial Items (Oct 2018) must be completed. Offerors are highly encouraged to complete all representations and certifications electronically online at www.sam.gov. If not completed on-line, 52.212-3 Alt I shall be completed in a hard copy and submitted with the quote. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision. 6. �Quotation preparation instructions: COVER PAGE:� The quoter shall submit the following company information on company letterhead to include the following: - Solicitation number - Contact name - Email Address - Company Address - Telephone number - Discount terms if appropriate - Delivery terms - Cage code - DUNS number - Business Size IAW NAICS 541512 - Acknowledgement of any amendments made to the initial solicitation PRICE PACKAGE:� Submit the price quote in accordance with the line item structure listed in this solicitation.� Price quotes shall be firm-fixed price.� Price quotes must include unit prices and extended amounts for each line item (i.e., multiply the unit price and quantity for each line item).� Include the total price (i.e., sum of all extended amounts) in the price quote.� Include delivery terms and schedule, any discounts, and payment terms (e.g., Net 30) with the price quote. The quoter shall submit unit pricing and the total evaluated price for this service per pricing table below:���� ����������� CLIN DESCRIPTION QUANTITY UNIT COST EXTENDED COST 0001 *Material 1 Lot 0002 Cabling 5 Months *See Material List in PWS Appendix 2 TECHNICAL PACKAGE:� The quoter shall submit the following: � Technical Approach � Their best approach to provide a finished A/V projector system for classrooms and other locations identified in Appendix 1 in Part 4 of the PWS. �The contractor will furnish all design, engineering, hardware, software, cabling, electrical, conduit, bracing, materials and all other necessary incidentals needed for a completely upgraded A/V system in each location. (Maximum 7 pages in length). � �Minimum Experience Requirement Contract References � limited to one citation total (experience must be from prime). The citation is considered to be one contract demonstrating similar services rendered in comparison to the services detailed in the PWS (Attachment# 2 of this solicitation). Provide details on the most recent, relevant contract effort performed for the Government and/or a commercial business facility. � Recent past experience is defined as past experience on contracts within the last three years from the issue date of this solicitation. Past experience for contracts exceeding the timeframe for this definition of recency will be excluded from evaluation. � Relevant past experience includes performance of Cabling Installation Services for the Government and/or a commercial business facility and must demonstrate the prime contractor has 1) installed cabling with at least 75 individual cable runs, totaling at least 2,500 linear feet of cable and 2) installed ceiling-mounted projectors or similar equipment. � Furnish the following information for the submitted contract effort: 1. Company/Division name 2. Contracting Agency/Customer 3. Contract Number and Task/Delivery Order Number (if applicable) 4. Contract Dollar Value 5. Period of Performance 6. Verified, up-to-date name, email address, address, and telephone number of the contracting officer (if experience was on government contract) 7. Verified, up-to-date name, email address, address, and telephone number of the customer (if experience was on nongovernment contract) 8. A detailed description of the services rendered and its relevancy to the USAFA Projector/Cabling Upgrade Services requirement 9. Comments regarding compliance with contract terms and conditions � Note: Do not leave any of the above information blank. This information may also be used in determining responsibility. If a joint venture is contemplated, provide complete information as to the agreement. The submitted minimum experience citation must have been performed by the joint venture itself or by one of the joint venture partners individually. � III.� EVALUATION IAW FAR 52.212-2 Evaluation � Commercial Items. (Oct 2014) (Addendum) � BASIS FOR OFFER.� This is a competitive acquisition in accordance with FAR Parts 12 and 13. �The Government will submit an offer in the form of a purchase order to the quoter that represents the best value to the Government. The following factors shall be used to evaluate offers: FACTOR I: PRICE FACTOR II: TECHNICAL FACTOR III: PAST PERFORMANCE All quotes submitted will be reviewed for completeness to determine if they contain all information requested in the addenda to FAR 52.212-1. Quotes that are incomplete or missing information may be considered unacceptable and excluded from the evaluation. The quotes will be ranked in order of lowest price to highest price. Starting with the lowest price, the quote will be evaluated for its technical merit. If the quote is found to be technically acceptable the quote will be evaluated for past performance. If the lowest priced quote passes all evaluation criteria, an award will be made and no other quotes will be evaluated.� If the lowest priced quote does not pass the evaluation criteria in the solicitation the next lowest priced quote will be evaluated. The process will continue until a quote has passed the evaluation criteria in the solicitation. PRICE: � All quotes will be evaluated for price fair and reasonableness. The quote will be evaluated for reasonableness and affordability of the proposed total evaluated price. The total evaluated price is the sum of the extended prices for each CLIN. The offeror must submit prices in accordance with the contract line item number (CLIN) structure provided, and must be inclusive of all work required in the PWS and the Material List. The total evaluated price will be determined by adding together the extended amounts quoted for each line item.� The extended amounts will be confirmed by multiplying each line item quantity by the quoted unit price.� If there is a conflict between the quoted unit prices and extended amounts, the unit price shall be used to determine the total evaluated price.� Any discounts identified in the quote will be included in the evaluation of the total evaluated price.� No advantage will accrue to a vendor who submits a quote for an unreasonably low price.� The lowest price quote may not necessarily be selected.� Failure to quote for any line item may cause the vendor�s quote may be considered non-responsive and excluded from the evaluation.� The price evaluation will document the reasonableness of the quoted price. TECHNICAL: � The technical package of each quoter will be evaluated.� If the technical package is deemed acceptable per the definition below, the quoter�s past performance package will be evaluated. If one of the two components of the technical package is deemed unacceptable, the entire technical package will be deemed unacceptable.� The unacceptable quote will not be given further consideration. ACCEPTABLE:� Illustrates a thorough understanding of the PWS and Presents recent and relevant experience to perform the work contained in the PWS. UNACCEPTABLE: Does not illustrate a thorough understanding of the PWS and Does not present recent and relevant experience to perform the work contained in the PWS. � PAST PERFORMANCE: � Evaluation of past performance will be based on the quoter�s data (if available) extracted from the Government�s Past Performance Information Retrieval System (PPIRS) and the quoter�s references. � All quotes with a technically-acceptable package will be evaluated for past performance.� A quoter�s Past Performance will be evaluated on a Pass/Fail basis based on the definition below.� In conducting the Past Performance evaluation, the Government reserves the right to utilize information obtained from sources available to the Government, to include, but not limited to: Past Performance Information Retrieval system (www.PPIRS.gov) and the System for Award Management (www.SAM.gov). All quotes will be evaluated for past performance on a Pass/Fail basis. Quote with a �Fail� rating will not be considered for Best Value and it will not receive further consideration. Rating Description: PASS:� Quoter is not debarred, suspended or otherwise ineligible to receive an award and has no derogatory information in PPIRS, SAM or other Government Sources. FAIL:� Quoter is debarred, suspended or otherwise ineligible to receive an award and has derogatory information in PPIRS, SAM or other Government Sources. AWARD FOR BEST VALUE:� The contracting officer shall evaluate quotes considering price, technical information and past performance information.� The contracting officer will submit an offer to the quoter whose quote represents the best value to the Government. IV.� FAR 52.212-4(c), Contract Terms and Conditions�Commercial Items (Oct 2018), and the addenda listed below applies to this acquisition. Text in paragraph (c) is deleted and replaced with the following: Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b)). V. ADDITIONAL PROVISIONS AND CLAUSES. � The contracting officer has determined the provisions and clauses listed in Attachment #1 to be necessary for this acquisition.� The full text of each provision and clause for FAR, DFARS, and AFFARS can be viewed at: https://www.acquisition.gov/� VI. ATTACHMENTS TO THIS SOLICITATION 1.� PROVISIONS AND CLAUSES 2.� PERFORMANCE WORK STATEMENT (PWS) 3.� MATERIAL LIST 4. WAGE DETERMINATION (WD) 15-5417 (rev. -13)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/28163f9d7cdc438daefa395f39f6c3f3/view)
 
Place of Performance
Address: Colorado Springs, CO, USA
Country: USA
 
Record
SN05597181-F 20200325/200323230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.