Federal Bid

Last Updated on 09 May 2015 at 8 AM
Combined Synopsis/Solicitation
Atlantic Pennsylvania

Audio Visual System

Solicitation ID M20001-15-Q-0006
Posted Date 15 Apr 2015 at 7 PM
Archive Date 09 May 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Atlantic Pennsylvania United states
 

1. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

2. Solicitation number is M20001-15-Q-0006 and is being issued as a Request for Quotes (RFQ).

3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78, effective December 26, 2014.

4. The associated NAICS code is 334310 with a size standard of 750 employees. This procurement is 100% set aside for small business.

5. It is the Government's intent to award a single firm fixed price purchase order on an "all or none basis" to satisfy this requirement. 

6. supply/services description: The Marine Corps Security Cooperation Group (MCSCG) requires a complete audio visual system. The contractor shall be responsible for providing all labor and  materials in support of this requirement.

7. The provision at FAR 52.212-1, Instructions to Offerors - Commercial applies to this acquisition and is amended as follows:

52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS

a. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.

b. The term "offeror" or "offer" as used in FAR 52.212-1 shall be understood to mean "quoter" and "quote," respectively. Further, the term "award" shall be understood to describe the Government's issuance of an order.

c. The following paragraphs in FAR 52.212-1 shall not apply to this RFQ: a, b, c, f (except f(4), and  i.

d. The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable.

e. SUBMISSION PACKAGE

1. The quote shall contain the following:
a. price quote which identifies the requested item(s), unit price, and extended price.
c. Total Firm Fixed Price
d. Remittance address, Tax identification Number, DUNS number and Cage Code


f. FAR 52.212-3-Offeror Representations and Certifications-Commercial Items. An offeror shan complete only paragraphs (b) of this provision if the offer has completed the annual representations and certificates electronically via http://www.acquisition.gov/ if an offer has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offer shall complete only paragraph (c) through (o) of this provision.echnica, and other information needed for evaluation. See FAR Provision at 52.212-3

2. Responses to this solicitation are due no later than 12:00 EST on Friday March 06, 2015.  Quotes may be emailed to Jainer Aguilar at [email protected]. Please reference the solicitation number on your quote.

3. Offers/quotes submitted in response to this solicitation shall not contain nor be subject to the offeror's/vendor's standard commercial terms and conditions. Any offer/quote submitted in response to this solicitation which includes the offeror's/vendor's standard commercial terms and conditions may be considered a material defect and may be rejected as being non-responsive to the solicitation.

FAR 52.212-2 - EVALUATION--COMMERCIAL ITEMS

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.

Award will be made to the  lowest price technically acceptable proposal.

Technical Acceptability:

1.  The proposal should address the technical approach to accomplishing tasks under paragraph 4.1 of the performance work.

2.  The proposal shall include a complete bill of materials (BOM) list that includes at a minimum the description, manufacturer and part number of items to be used in the A/V system.

9. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition.

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es):
http://farsite.hill.af.mil/  or https://www.acquisition.gov/far/

The following clause are incorporated by reference:

52.204-7 System for Award Management                                                                                                     JUL 2013

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards                             JUL 2013                                                            

52.212-4 Contract Terms and Conditions--Commercial Items                                                                                 MAY 2014

52.233-1 Disputes                                                                                                                                               MAY 2014

52.233-4 Applicable Law for Breach of Contract Claim                                                                            OCT 2004

52.243-1 Alt I Changes--Fixed Price (Aug 1987) - Alternate I                                                                    APR 1984

52.247-34 F.O.B. Destination                                                                                                                           NOV 1991

252.203-7000 Requirements Relating to Compensation of Former DoD Officials                                               SEP 2011

252.203-7002 Requirement to Inform Employees of Whistleblower Rights                                           SEP 2013

252.204-7003 Control Of Government Personnel Work Product                                                              APR 1992

252.204-7004 Alt A System for Award Management Alternate A                                                           MAR 2014

252.204-7012 Safeguarding of Unclassified Controlled Technical Information                                  NOV 2013

252.225-7002 Qualifying Country Sources As Subcontractors                                                                                 DEC 2012

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports                            JUN 2012

 

10. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items applies to this acquisition. The following additional FAR clauses contained within FAR 52.212-5 are applicable to this acquisition:

52.222-50 Combating Trafficking in Persons                                                                                                FEB 2009

52.233-3 Protest After Award                                                                                                                           AUG 1996

52.233-4 Applicable Law for Breach of Contract Claim                                                                            OCT 2004

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards                            (July 2013

52.219-6, Notice of Total Small Business Set-Aside                                                                                    NOV 2011

52.219-14, Limitations on Subcontracting                                                                                                     NOV 2011

52.222-3, Convict Labor                                                                                                                                   June 2003

52.222-19, Child Labor-Cooperation with Authorities and Remedies                                                   JAN 2014

52.222-21, Prohibition of Segregated Facilities                                                                                             Feb 1999

52.222-26, Equal Opportunity                                                                                                                          Mar 2007

52.222-36, Affirmative Action for Workers with Disabilities                                                                      Oct 2010

52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving                              Aug 2011

52.225-13, Restrictions on Certain Foreign Purchases                                                                                 June 2008

52.232-33, Payment by Electronic Funds Transfer-System for Award Management                        July 2013

 

252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations (DEVIATION 2014 - O0004) (Oct 2013)

(a) In accordance with section 101(a) of Division A of the Continuing Appropriations Resolution, 2014 (Pub. L. 113-46) none of the funds made available by that Act for DoD (including Military Construction funds) may be used to 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 the agency has considered suspension or debarment of the corporation and made a determination that this further action 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 the 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 [ X ] 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,

(2) It is [ ] is not [ X ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

 

(a) Definitions. As used in this clause--

 

Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization.

   

Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).

   

Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system.

   

(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission

of Payment Requests and Receiving Reports.

   

(c) WAWF access. To access WAWF, the Contractor shall--

   

(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and

   

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site.

   

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through

WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/.

   

(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol.

   

(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:

   

(1) Document type. The Contractor shall use the following document type(s).

 

Combo

 

(Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and

"Receiving Report" (stand-alone) document type may be used instead.)

   

(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.

 

Inspection: Destination

Acceptace: Destination                                              

(Contracting Officer: Insert inspection and acceptance locations or "Not applicable".)

  

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the

system.

 

Routing Data Table*

--------------------------------------------------------------------------------------------

Field Name in WAWF                                         Data to be entered in WAWF

--------------------------------------------------------------------------------------------

Pay Official DoDAAC                                        M67443

Issue By DoDAAC                                              M20001

Admin DoDAAC                                                 M20001

Inspect By DoDAAC                                          ____

Ship To Code                                                       M20008

Ship From Code                                                   _______

Mark For Code                                                    ____

Service Approver (DoDAAC)                            ____

Service Acceptor (DoDAAC)                             ____

Accept at Other DoDAAC                                 ____

LPO DoDAAC                                                      ____

DCAA Auditor DoDAAC                                   ____

Other DoDAAC(s)                                               ____

--------------------------------------------------------------------------------------------

 

(*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable.")

   

(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.

   

(5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system.

[email protected]

 

(Contracting Officer: Insert applicable email addresses or "Not applicable.")

   

(g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.

 

Primary: [email protected]

Alternate: [email protected]

 

(Contracting Officer: Insert applicable information or "Not applicable.")

   

(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.

 

(End of clause)


11. RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com).

Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form".

Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms.

12. Submission: Quotes shall be received by the Contracting Department by 12:00 p.m. EST, on Monday, April 20, 2015  in order to be considered for award.  Quotes may be submitted via email to [email protected]. It is solely the Contractor's responsibility to ensure quotes are received within the required timeframe.

E-mail quotes shall be in either Adobe or Microsoft Office format. Quoters are advised that the Government may be unable to receive other types of electronic files (e.g., .zip files) or files in excess of 5 megabytes. To be timely, an E-mail quote must be received in its entirety in the designated E-mail inbox by the due date and time for quote submission.

Faxed quotes shall be sent to 757-422-7674

Access to military bases is restricted. Quoters, couriers, and delivery services may encounter unpredictable and lengthy delays or denied access when attempting to enter that facility. Similarly, mailed and emailed quotes may encounter unpredictable and lengthy routing delays. In all cases, quoters are responsible for the risks associated with the chosen delivery method and for ensuring the Government receives the complete quote at the appropriate designated location prior to the due date and time for quote submission.

Reply to:
Jainer Aguilar
Contract Specialist
Marine Corps Security Cooperation Group
804 Okinawa Rd
Fort Story, Virginia 23459
Phone: 757-422-7319
Fax: 757-422-7674
E-mail:
[email protected]

 

 

 

 

 

 

 

 

 

Bid Protests Not Available

Similar Past Bids

Atlantic Pennsylvania 28 Aug 2014 at 6 PM
Atlantic Pennsylvania 29 Jul 2013 at 6 PM
Atlantic Pennsylvania 27 Feb 2014 at 8 PM
Atlantic Pennsylvania 14 Aug 2004 at 5 AM