Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 20, 2025 SAM #8546
SOLICITATION NOTICE

58 -- Sole Source, Combined Synopsis: Audio-Visual System at the United States Merchant Marine Academy

Notice Date
4/18/2025 8:56:14 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
693JF7 DOT MARITIME ADMINISTRATION WASHINGTON DC 20590 USA
 
ZIP Code
20590
 
Solicitation Number
693JF725Q000003
 
Response Due
5/1/2025 6:00:00 AM
 
Archive Date
05/16/2025
 
Point of Contact
Theodore Nigro
 
E-Mail Address
theodore.nigro@dot.gov
(theodore.nigro@dot.gov)
 
Description
This Combined Synopsis/Solicitation pertains to sole source Solicitation 693JF725Q000003, to design and install an Audio-Visual (A/V) System at the United States Merchant Marine Academy (USMMA), Kings Point, NY. The combined synopsis/solicitation for commercial products or commercial services was prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This sole source announcement constitutes the only solicitation. A written solicitation will not be issued other than that which is provided at the attachments link of this announcement. Solicitation 693JF725Q000003 was issued as an Request for Proposal (RFP) using the sole source authority as described at FAR part 6.302-1. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. This is not a Small Business Set-aside opportunity. The overall requirement is to plan, design, submit plan for approval, procure, deliver, and install a functional A/V System throughout the Samuels Hall Building Complex at the USMMA. The RFP requires the Contractor provide a detailed description of technical experience, past performance experience, and submit a detailed price proposal for to execute Phase 1, which is to research and prepare an A/V System Implementation Plan (A/V SIP). This is a noncompetitive contracting action pursuant to FAR part 6.302-1. The intended source for the acquisition is Kallidus Technologies, Inc. The justification for restricting competition is that the intended source has been determined to be the one responsible source with the technical experience and capabilities to satisfy the requirement during the given time and space constraints. The A/V System must be designed, procured, and installed in a building complex going through a 100% complete gutting and renovation, to include IT, mechanical, plumbing, electrical, HVAC, concrete pouring, wall demolition, room and wing reconstruction, with the additional complexity of the addition of a large Media Data Center, all of which must be completed within a very tight schedule replete with many competing tradesmen and contractors. All construction, services, and other work must be coordinated and approved through the General Contractor and the Project Manager. The intended source for the A/V System project is the General Contracting team because it is the one responsible source with the A/V background and technical experience along with its master scheduling capability to execute the A/V System project while successfully coordinating time and space to do so, amongst all the other trades and companies competing for the same time and space. As this is a solicitation following the sole source authority as described at FAR part 6.302-1, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The attached solicitation is the primary planning document to respond to the Request for Proposal (RFP) requirement. More detailed drawing and design information can be furnished via an email request to the Contracting Officer. Any transmissions to the GPE must be in accordance with the interface description available via the Internet at https://www.sam.gov. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03, as approved by the Federal Acquisition Regulation (FAR) Council in January 2025, and as may have been further amended by the FAR Council and/or the Administration. FAR Provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition and is incorporated by reference. FAR Provision 52.212-2, Evaluation-Commercial Products and Commercial Services, is not used in this solicitation, although Section M of the solicitation explain the evaluation criteria used for this sole source procurement. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, should be included with the offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition and is incorporated by reference in the solicitation. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and is included Full Text in the solicitation with applicable clauses reflected and annotated. Pursuant to FAR Clause 52.225-5, Trade Agreements, one or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8bea155e382c4de895ce22312c556e2f/view)
 
Place of Performance
Address: Kings Point, NY 11024, USA
Zip Code: 11024
Country: USA
 
Record
SN07414379-F 20250420/250418230045 (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.