Audio Visual system overhaul/upgrade
The Federal Emergency Management Agency (FEMA) is considering the issuance of a firm fixed price purchase order for an A/V system overhaul/upgrade system at the FEMA Region IX Oakland Office. This is ... The Federal Emergency Management Agency (FEMA) is considering the issuance of a firm fixed price purchase order for an A/V system overhaul/upgrade system at the FEMA Region IX Oakland Office. This is a combined synopsis/solicitation for commercial items. This solicitation is being issued as a request for quotation (RFQ) in accordance with Federal Acquisition Regulation Part 12, Acquisition of Commercial Items, in conjunction with Part 13, Simplified Acquisition Procedures. The incorporated provisions and clauses within this solicitation document are those in effect through Federal Acquisition Circular (FAC 2020-07). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number 70FBR920Q00000017 is being issued for a request for quotes (RFQ). The associated North American Industrial Classification System (NAICS) code for this procurement is 334310. The Service Contract Act of 1965, as amended (41 U.S.C. 351) is applicable to this procurement for A/V system overhaul/upgrade services and the following wage determination shall be applicable to the resulting purchase order: Wage Determination No.: 2015-5623 (Rev.-12) Purpose The Department of Homeland Security, Federal Emergency Management Agency (FEMA) requires the contractor to design and implement an upgrade or propose a design to includes all elements of a complete A/V system including but not limited to, microphones, projectors, screens/video displays, audio production, audio/video cables, plates, and infrastructure; audio/video switching, distributing recording and streaming. The Region seeks a review of the existing A/V system on both floor of the Regional Office and recommendations for improvements to the system on the 12th floor. Site Visit FEMA Region IX Oakland Office 1111 Broadway, Suite 1200 Oakland, CA 94607 FEMA Onsite Walkthrough POC: Maurice Moore (510) 627-7072 and Stephen Bryson (510)627-7140 The Government will allow offerors to visit the FEMA Region IX Oakland Office, and attendance to the site visit is mandatory in order to bid on the project. All contractors are able to complete a single group site visit on Tuesday, August 25, 2020, promptly at 10:00am. Contractors must be at 1111 Broadway lobby entrance by 9:30 am for clearance at the guard’s desk. All attendees will visit both floors conference rooms as a group and should plan to view the space and ask questions as a group. FEMA staff will be in attendance to explain and demonstrate current functionality and problems with the current system. The visit is expected to take 2- hours. No additional visits will be made available and no individual visits will be afforded. The number of attendees must be limited to only one person per company to limit capacity due to COVID-19 constraints. The names of each person attending the site visit must be provided one business day in advance, no later than 10:00am Monday, August 24, 2020 so we can properly report the anticipated number of persons expected to be on property. All participants must observe the 1111 Broadway facility and FEMA safety requirements of wearing a mask while on property and observing any social distance protocols communicated upon entry. If interested in completing a site visit, please contact Demetria Carter at Demetria.carter@fema.dhs.gov. Site Visit Instructions Confirm your attendance with Contract Officer, Demetria Carter via email at demetria.carterg@fema.dhs.gov in order for your name to be provided to security for your attendance Call the FEMA onsite POC upon arrival to the 1111 Broadway location to be escorted into the building. (no one is allowed access without a key card) Masks are required for entry into the building and for the entire duration of the walkthrough Sign into front desk as a visitor FEMA onsite POC will escort the potential contractors to the 12th floor Any persons entering the 12th floor will have their temperature screened and if the temperature reading is above the required degree access will be denied _________________________________________________________________________ Quote Submission Instructions Responses to this Request for Quote are due no later than 3:00 pm PST, on Monday, August 31, 2020. Questions regarding this solicitation shall be e-mailed to demetria.carter@fema.dhs.gov and ashlee.young@fema.dhs.gov; which are due by 12:00 pm PST, Thursday, August 27, 2020, Questions received after this time may not be considered. This solicitation requires an active registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. All quote submissions must include the following information on a quote submission cover letter. Tax Identification Number Dun & Bradstreet Number (DUNS) Authorized Representative Contact Name Contact Email Address Contact Telephone and Fax Number Complete business mailing address Deliverables ____________________________________________________________________________ The offeror must be determined responsible in accordance with FAR 9.104. The Government reserves the right to request additional information from the offeror and to review sources such as CPARS and FAPIIS to make this determination. Offerors must complete and submit the Contractor’s Statement of Assurances. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.209-6, 52.209-9, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-4, 52.223-5, 52.223-6, 52.223-9, 52.223-10, 52.223-15, 52.223-18, 52.225-13, 52-225-25, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. EVALUATION CRITERIA AND BASIS FOR AWARD A single award will be made to the responsible offeror submitting an overall quote that is determined most advantageous to the Government, price and other factors considered. The following technical factors will be used to evaluate offers: Factor 1. Technically Acceptable in accordance with the statement of work Factor 2. Price Factor 3. Service Schedule Factor 4. Past Performance The submitted past performance experiences shall be of contractual work that is similar to the requirements set forth in this solicitation. The Quoter shall identify at least (2) contracts/task orders that demonstrate recent and relevant past performance. Past experience summaries shall be for projects completed in the last three years or currently in process, which are of similar size, scope, and complexity relevant to the effort required by this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of State and local governments, and commercial customers. Contracts with the parent or an affiliate of the offeror may not be used. The following information shall be provided for each referenced contract: a. Program title or product name b. Contract number c. Contract type d. Brief synopsis of work performed e. Brief discussion of how the work performed is relevant to this solicitation f. Contract Value The Government will consider the above information, as well as information obtained from any other sources, when evaluating the offeror’s experience. The past performance evaluation will assess the Offeror's record of relevant and recent work for government and private sector clients.
Data sourced from SAM.gov.
View Official Posting »