Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 12, 2020 SAM #6770
SOLICITATION NOTICE

N -- Audiovisual Installation

Notice Date
6/10/2020 2:04:06 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
W7ND USPFO ACTIVITY MDANG 175 MIDDLE RIVER MD 21220-2801 USA
 
ZIP Code
21220-2801
 
Solicitation Number
W50S82-20-Q-0BGB
 
Response Due
6/24/2020 1:00:00 PM
 
Archive Date
07/09/2020
 
Point of Contact
TSgt Cory Silfies, Cory Silfies
 
E-Mail Address
175msg.msc@ang.af.mil, cory.l.silfies.mil@mail.mil
(175msg.msc@ang.af.mil, cory.l.silfies.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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. The solicitation number assigned to this action is W50S82-20-Q-0BGB. This acquisition is utilizing procedures in FAR Part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the 175th Air Wing, Maryland Air National Guard, has a requirement for Audio Visual installation in Middle River, MD. The applicable North American Industry Classification System (NAICS) code is 334310, Audio and Video Equipment Manufacturing, with a size standard of 750 employees.� Interested parties must quote on all request outlined in the Performance Work Statement (PWS).� The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2020-05 and DPN 20200324. The Government intends to award a Single, Firm-Fixed Price order without discussions. The acquisition is SET ASIDE for SMALL BUSINESSES ONLY. Offerors should submit their best offer up front.� Do not assume you will be able to revise your offer. Description of requirement: CLIN 0001: Purchase and installation of integrated audio-video system (see PWS) Qty: 1 EA Date: PoP, After 1 August 2020 and end no later than 31 December 2020 Place of delivery: Maryland Air National Guard, Middle River, MD 21220 from 6:30 am to 5:00 pm EST, Monday thru Friday Acceptance: Made by the government. Government-Furnished Property: Shall provide two (2) 75� Samsung Professional Display. See PWS for information. SUBMISSION GUIDELINES: Submitted quote must include the following: (1) the solicitation number; (2) the name, CAGE CODE, address and telephone number of the offeror; (3) the price and discount terms (quote FOB Destination); (4) Acknowledgement of any solicitation amendments; (5) vendors proposal should include details of services to be provided for each requirement identified with pricing. Proposal should be submitted under company letterhead, with DUNS number, FTID, Company Name, Address and POC included. The Contracting Officer will evaluate equal products on the basis of information furnished by the quote or identified in the quote and reasonably available to the Contracting Officer. VENDOR CERTIFICATIONS: Prior to award, the vendor must be currently registered in the System for Award Management (SAM) at https://www.sam.gov. �The Government reserves the right to award on a multiple award or an all or none basis. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov.� Lack of current registration in the SAM database will make an offeror ineligible for award. Submit all offers in response to this synopsis/solicitation to the Point of Contact (POC) TSgt Cory Silfies electronically to: usaf.md.175-wg.list.msc@mail.mil by closing date of 24 June 2020 at 4:00 PM EST. Please submit all questions in writing by email to the aforementioned by 17 June 2020. Questions or inquiries received by telephone will not be addressed. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and Far DFARS clauses and provisions are available at the following internet site: http://acquisition.gov. The following provisions are included by reference for the purposes of this combined synopsis/solicitation: 52.204-16 Commercial and Government Entity Code Reporting; 52.204-22 Alternative Line Item Proposal 52.212-1 Instructions to Offerors �Commercial Items; 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.225-7031 Secondary Arab Boycott of Israel 252.225-7035 Alt. 1 Buy American-Free Trade Agreements-Balance of Payments Program Certificate (Alternate 1) The following provisions are included by full text for the purposes of this combined synopsis/solicitation 52.212-2 Evaluation- Commercial Items Evaluation -- Commercial Items (Oct 2014) (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, price and other factors considered. The following factors shall be used to evaluate offers: Price and Technical Capability of Items Technical and past performance (SPRS), when combined, are approximately equal to cost or price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (End of Provision) The following factors will be used to evaluate offers: 1 Price and 2 Technical. 1. Price will contribute substantially to the selection decision. The 175th MDANG will evaluate the price information submitted in each offeror�s price proposal. Any other data provided by the offeror with their price proposal that is not required will not be considered or evaluated. 2. Technical will be evaluated by the ratings listed below. The failure of an offeror to meet the requirements of a factor or sub-factor will result in an unacceptable rating.� The technical, past performance, and subcontracting plan factors will receive one of the ratings listed below: a. Acceptable: Quote clearly meets the requirements of the solicitation. b. Unacceptable: The quote does not clearly meet the requirements of the solicitation. Technical: Technical acceptability will be based on the proposals compliance with the Solicitation and PWS. Offerors that provide solutions that meet the intent of this requirement without additional requirements will be evaluated for award.� The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-18 Commercial and Government Entity Code Maintenance; 52.204-21 Basic Safeguarding of Covered Contractor Information Systems; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 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 (Dev,); 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-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Equal Opportunities for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2 Protection of Government Buildings, Equipment and Vegetation; 52.245-1 Government Property; 52.252-2 Clauses Incorporated by Reference, http://www.acquisition.gov; 52.252-6 Authorized Deviations in Clauses; 252.203-7000 Requirements relating to Compensation of Former DoD Officials; 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services; 252.211-7003 Item Unique Identification and Valuation; 252.213-700 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations; 252.223-7008 Prohibition of Hexavalent Chromium; 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area Workflow Payment Instructions; 252.232-7010 Levies on Contract Payments; 252.244-7000 Subcontracts for Commercial Items; 252.247-7023 Transportation of Supplies by Sea;
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4b07eef684294da3acf610456a853874/view)
 
Place of Performance
Address: Middle River, MD 21220, USA
Zip Code: 21220
Country: USA
 
Record
SN05685806-F 20200612/200610230154 (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.