Sound Masking at TAPO
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information inc... (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Subpart 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. (ii) This Solicitation document H9224119R0006 is issued as a Request for Quotes for supplies and installation necessary to design and install a sound masking system IAW the attached Performance Work Statement (PWS) at Fort Eustis, Virginia. (iii) This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2019-01, effective 22 January 2019. (iv) This will be set aside for small business. The associated NAICS code is 334310, Audio and Video Equipment Manufacturing, and the size standard is 750 employees. (v) There will be one line item, "Installed Sound Masking System." It will include a quantity of one (1) and a unit of measure of "Lot." (vi) The requirement shall be Firm Fixed Price. Please see the PWS in the Additional Documentation link below for complete information. (vii) The system shall be installed and operational no later than 10 May 2019. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (DEVIATION 2018-O0018), applies to this acquisition, as does the following addendum. ADDENDUM TO 52.212-1: Quoters shall provide quotes in the offeror's format and shall include pricing. Quotations shall also include part numbers, manufacturers, and specifications of supplies proposed in enough detail to allow the Government to determine whether they meet the Government's requirements. Additionally, quotations should include offered warranty and/or technical support. (END OF ADDENDUM) (ix) 52.212-2, Evaluation - Commercial Items. The Government will evaluate quotes in response to this request and award a purchase order/contract to the responsible quoter whose quote conforming to this request will be most advantageous to the Government considering price, schedule, past performance, and quality. Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). (x) Offerors are to include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - Alternate I, as part of their quotation. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition, as does the following addendum. ADDENDUM TO FAR 52.212-4: WAWF Instructions: [Local instructions for the use of Wide Area Workflow will be included in the final purchase order.] (END OF ADDENDUM) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION 2018-O0021), is applicable. (xiii) Additional terms and conditions include: (a) FAR Provisions and Clauses: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7, System for Award Management 52.204-10, Reporting Executive Compensation and First-Tier Subcontractor Awards 52.204-13, System for Award Management maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 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 52.219-6, Notice of Total Small Business Set-Aside (DEVIATION 2019-O00003) 52.219-28, Post-Award Small Business Program Rerepresentation 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 Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payments by Electronic Funds Transfer-System for Award Management 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 (b) DFARS Provisions and Clauses: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7036, Buy American - Free Trade Agreements - Balance of Payments Program - Alternate I 252.227-7015, Technical Data - Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.239-7009, Representation of Use of Cloud Computing 252.239-7010, Cloud Computing Services 252.244-7000, Subcontracts for Commercial Items 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations 252.246-7008, Sources of Electronic Parts 252.247-7023, Transportation of Supplies by Sea 252.247-7024, Notification of Transportation of Supplies by Sea (c) SOFARS Provisions and Clauses: 5652.215-9001, Notice of Pre-proposal Conference: (a) A pre-proposal conference will be conducted at 401 Lee Blvd, Fort Eustis, VA, 23604 at 1400 (2:00 PM Eastern Time) on 28 February 2019 for the purpose of seeing locations and answering questions regarding this solicitation. Participants will sign in at the building lobby. (b) Submit the names of all attendees (not to exceed two persons per company) to Aaron Martin at aaron.b.martin12.civ@mail.mil prior to 1400 on 26 February 2019. This information must be provided in advance in order to ensure access to the military base/conference site. (c) Offerors are requested to submit questions to the point of contact noted above not later than 1400 on 4 March 2019. Information provided at this conference shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. (d) A record of the conference shall be made and furnished to all prospective offerors. The record should include minutes of the meeting, including questions (on a non-attribution basis) and answers. 5652.215-9008 Past Performance Data: (a) Offerors shall identify past or current contracts with Federal, State, and local governments and private industry for efforts similar to the effort require by this solicitation. Offerors may identify up to three contracts. Applicable information for each contract shall include the following: (1) Contract Title (2) Prime Contract # (3) Federal Supply Code (4) Description (5) Award Amount (6) Total Contract Value (7) Contract Type (8) Award Date (9) Government Contact Point (10) Phone Number of Contact (11) Deliver Date/ Period of Performance (12) Place of Performance (13) Key Subcontractors (14) Amount of Overrun/ Under run (if any) (15) Reason for overrun/under run (b) Offerors are encouraged to provide information on problems encountered on contracts and the offeror's corrective actions. (c) Offerors shall state in their proposal if relevant performance history is not available. 5652.233-9000 Independent Review of Agency Protest Decision: In accordance with FAR 33.103(d)(4), interested parties may request an independent review at one level above the contracting officer. The independent review is available as an appeal of the contracting officer's decision on an agency protest. Requests for an independent review shall be submitted to the Contracting Officer for coordination. (xiv) Defense Priorities and Allocations System ratings do not apply to this procurement. (xv) A site visit will be conducted on IAW provision 5652.215-9001, above. Questions should be submitted no later than 1400 on 4 March 2019 to aaron.b.martin12.civ@mail.mil. Questions submitted after that time may not be answered. Quotes must be received no later than 1400 on 11 March 2019. Quotes should be submitted electronically in a format compatible with Microsoft Office 2013 or Adobe Acrobat Pro DC. Emails of under 5 MB may be sent to Aaron Martin at aaron.b.martin12.civ@mail.mil. Oversized quote packages should be sent to the above recipient via AMRDEC SAFE (https://safe.amrdec.army.mil). Attachment 1: Performance Work Statement
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »