Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912NR19Q0107
This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This anno...
This is a combined synopsis/solicitation for a commercial service 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. This solicitation is issued as a request for quote (RFQ) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-99-1 Effective on July 16, 2018. Provisions and clauses incorporated by reference has the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at http://farsite.hill.af.mil/. The solicitation W912NR19Q0107 is issued as a Request for Quote. This procurement is set aside for Small Business. The NAICS code for this acquisition is 334310 - Audio and Video Equipment Manufacturing. The small business size standard for this NAICS code is 750 employees. The Louisiana National Guard will be awarding a Firm-Fixed Price Service Contract. This solicitation is for a firm fixed price contract and will be awarded to the lowest priced technically acceptable. Offer must include proof of adherence to provided specifications (proposals will be checked for technical acceptableness based on SOW requirements). At least 5 Performance references within the State of Louisiana within the past five years. Multi Use Complex Audio Visual Upgrade: The intent of this project is to upgrade the current audio and visual equipment located at the Jackson Barracks museum's multi use conference room. POC for this project is LTC Michael Bendich, 504-278-8054. We would like this work to be completed within 10 days of the start date. Coordination with the owner and the contractor to agree on a start time will be expected. See the attached PWS for complete information on the upgrade. BID STRUCTURE: CLIN 0001: total project price (with equipment costs indicated on separate attachment) 2. Submit all questions and proposals to SFC Crystal L. Stiles crystal.l.stiles2.mil@mail.mil and MAJ David L. Bourgeois at david.l.bourgeois4.mil@mail.mil. The suspense for the questions is 16 Aug at 09000 CST. A site visit will be offered 14 August 2019 at 1100 CST, coordinate with SFC Stiles and MAJ Bourgeois. The site visit is not mandatory and all questions and answers from the site visit will be posted on this announcement. The suspense for proposals is 9 August 2019, 1000 hours (10:00am) CST. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (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, lowest price technically acceptable will be the basis for award. FAR 52.203-3 Gratuities. FAR 52.203-6 Restrictions on Subcontractor Sales to the Government. FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements FAR 52.204-7 System for Award Management. FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 Contract Terms and Conditions - Commercial Items. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.217-9 Option to extend the term of the contract FAR 52.219-6 Notice of Total Small Business Set-Aside. FAR 52.222-3 Convict Labor. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by EFT - SAM. FAR 52.233-1 Disputes. FAR 52.233-2 Service of Protest. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.252-2 Clauses Incorporated by Reference, with the following fill-in: http://farsite.hill.af.mil. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7004 Alt A System for Award Management, DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFAS 252.225-7002 Qualifying Country Sources as Subcontractors, DFARS 252.225-7048 - Export-Controlled Items. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III, DFARS 252.247-7024 Notification of Transportation of Supplies by Sea. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System for Award Management (SAM) at http://www.sam.gov.