Video Wall: Audio Video System for Command Post
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This ... (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) Solicitation W912J2-19-Q-6033 is issued as a Request for Quotation (RFQ). (iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02, effective 05 June 2019, and Defense Acquisition Circular DPN 20190628, effective 28 June 2019. (iv) This RFQ is solicited as 100% Small Business Set Aside. The NAICS code is anticipated to be 334310 with a Small Business Size Standard of 750 Employees. (v) The Wisconsin Air National Guard is anticipating the acquisition of the following equipment items as well as installation: Item 1: Four (4) 24/7 rated commercial video displays Item 2: Compatible display wall mounting solution, configured in a 2x2 layout Item 3: Audio/Video System with desktop touchscreen digital media presentation system This list is not all-inclusive. (vi) Description of requirement: The 115th Fighter Wing Command Post has a requirement for provision and installation of a four-screen video wall with integrated desktop presentation system. See attached Purchase Description for details on the scope of work and requirements for the installation of the equipment. A site visit will be held at the 115th Fighter Wing, see registration information in section xv. (vii) Delivery is desired as soon as possible but no later than 60 days after contract award. The delivery and acceptance shall be 3110 Mitchell St, Madison, WI 53704. Shipping shall be FOB Destination. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The Government intends to award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Contract will be awarded based on a determination of best value to the government; quotes will be evaluated based on price, quality, ability to physically respond to issues, and conformance with RFQ. Final approval by the 115th Communications Squadron is required to ensure equipment complies with policies and regulations. A firm fixed price contract award is anticipated. (x) The offeror's quote shall include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, or be currently registered in the SAM website with Representations and Certifications completed. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii. (xiii) The following additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition: This effort is a high priority requirement in support of the National Guard. Funds are not presently available to make award. If funds become available for award, and prices are deemed fair and reasonable, it is the Government's intent to make award. This is not a commitment of funds or contract award. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. The following clauses and provisions are incorporated by reference into this solicitation. Full text is available at http://farsite.hill.af.mil. 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract 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 52.204-23 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 52.212-1 Instructions to Offerors - Commercial Items (CD 2018-O0018) 52.212-2 Evaluation-Commercial Items 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items 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 (CD 2018-O0021) 52.219-6 Notice of Total Small Business Set-Aside (CD 2019-O0003) 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 Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-14 Acquisition of EPEATĀ®-Registered Televisions 52.223-15 Energy Efficiency in Engery-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-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 52.237-1 Site Visit 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003 Item Unique Identification and Valuation 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 252.225-7001 Buy American and Balance of Payments Program 252.225-7012 Preference for Certain Domestic Commodities 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 252.246-7008 Sources of Electronic Parts 252.247-7023 Transportation of Supplies by Sea (xiv) DPAS Rating does not apply to this acquisition. (xv) Instructions to Offerors: 1. Quotes must be received no later than the time and date indicated on this RFQ. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received. 2. Quotes must include the Offeror's CAGE Code or DUNS Number. 3. Quotes must include delivery schedule/lead times. 4. Quotes must be valid until 30 Sep 19. 5. A site visit will be held at the 115th Fighter Wing on July 25, 2019 at 1:00 p.m. In order to attend, interested parties must pre-register prior to 3:00 pm on June 23, 2019. Register by emailing names and contact information to the POC indicated on this RFQ. Include the RFQ number in the subject line. You will receive a confirmation indicating where to meet. This site visit will be held in conjunction with two other efforts, reference RFQ W912J2-Q-19-6031 and W912J2-Q-19-6036. 6. All contractors shall be registered in the System for Award Management (SAM) at the time a quote is submitted to the government. Offerors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov/SAM/. 7. It is the interested Offeror's responsibility to check FedBizOpps for updated information. 8. All quotes must provide brand and model numbers of equipment. (xvi) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ. Questions not received within a reasonable time prior to the response date may not be answered.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »