Federal Bid

Last Updated on 10 Oct 2014 at 9 AM
Combined Synopsis/Solicitation
Fort carson Colorado

TCC AV EQUIPMENT

Solicitation ID W912LC-14-R-0015
Posted Date 23 Sep 2014 at 8 PM
Archive Date 10 Oct 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7my Uspfo Activity Co Arng
Agency Department Of Defense
Location Fort carson Colorado United states
Item #1
AV Equipment & Install
Contact Information
James Rawlings
Contract Specialist
USPFO, Colorado
(720) 847-8677
[email protected]

This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. The Colorado National Guard will be awarding a Firm-Fixed Price Contract. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotes (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 2005-74 Effective on May 30, 2014. Provisions and clauses incorporated by reference have 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 COARNG is looking to purchase Audio Visual Equipment for the TCC Facility. Please see attached SOW for additional details including brand name items described. This is a brand name solicitation for the items spelled out in the SOW. Only the brand name items spelled out in the SOW need to be quoted as brand name. The other items may be quoted from any manufacturer as long as they meet the specifications required. See attached J&A (to be posted NLT COB 9/16/14) for additional details regarding the brand name justification. Partial quotes will not be accepted. Quotes must contain delivery and install pricing. A firm fixed price award will be made based on lowest price technically acceptable.

SOW REVISION
* Please note that OLIs 1 and 2 did not get executed and the Break Out room orientation on E405 is incorrect, the room is oriented as shown on EP 115.

A mandatory site visit will be taking place Thursday September 18, 2014 at 1100 MST. All interested vendors must be available to participate in the site survey. A representative from an interested company must be present and sign in at the site survey in order to be eligible to submit a quote. Representatives may include potential subs on the project or an employee of the bidding firm.

Site survey location:
9120 Butts Rd
Fort Carson
Colorado Springs CO 80913-4019


Quotes shall reference Solicitation #W912LC-14-R-0015.

This is a total small business set aside. The North American Industrial Classification System (NAICS) code for this procurement is 334310. This solicitation will end on September 25, 2014 1600 EST. All questions must be submitted in writing by COB September 19, 2104. Answers to these questions will be posted to FBO as a modification to the solicitation on September 22, 2014. Quotes received after this time will not be accepted. The government will review each contractor's capability to determine which contractor is best suited to meet the Government's needs.

Quotes are due NLT 9/25/2014 @ 1600EST.
Quotes received after this time will not be accepted.
Please send quotes & Questions to [email protected]

CLAUSES INCORPORATED BY REFERENCE

52.202-1 Definitions NOV 2013
52.203-3 Gratuities APR 1984
52.203-5 Covenant Against Contingent Fees APR 1984
52.203-7 Anti-Kickback Procedures OCT 2010
52.204-7 System for Award Management JUL 2013
52.204-10 Reporting Exec Compensation
52.204-16 Commercial & Government Entity Code Reporting
52.204-18 Commercial & Government Entity Code Maintenance
52.211-6 Brand Name or Equal
52.212-1 Instructions to Offerors--Commercial Items JUL 2013
52.212-2 Evaluation - Commercial Items JAN 1999
52.212-3 Offeror Representations and Certification--Commercial Items NOV 2013
52.212-4 Contract Terms and Conditions--Commercial Items SEP 2013
52.212-5 Contract Terms & Conditions Required to Implement Statutes or Executive Orders Commercial Items
52.219-6 Notice of Total Small Business Set-Aside NOV 2011
52.219-28 Post Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child Labor
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Affirmative Action for Workers with Disabilities
52.222-50 Combating Trafficking in persons
52.223-5 Pollution Prevention
52.223-6 Drug-Free Workplace MAY 2001
52.223-18 Text Messaging
52.225-1 Buy American Act--Supplies FEB 2009
52.225-13 Restrictions on Certain Foreign Purchases JUN 2008
52.225-18 Place of Manufacture SEP 2006
52.232-1 Payments APR 1984
52.232-33 Payment by EFT
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Accelerated Payments
52.233-2 Service of Protest SEP 2006
52.233-3 Protest After Award AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.243-1 Changes--Fixed Price AUG 1987
52.244-6 Subcontracts for Commercial Items DEC 2013
52.247-34 F.O.B. Destination NOV 1991
52.252-6 Authorized Deviations in Clauses
252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013
252.204-7012 Safeguarding of Information
252.223-7006 Prohibition of Storage & Disposal of Toxic Materials
252.223-7008 Prohibition of Hexavalent Chromium
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7004 DOD Progress Payment Rates OCT 2001
252.244-7000 Subcontracts for Commercial Items

CLAUSES INCORPORATED BY FULL TEXT


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 may
be accessed electronically at this/these address(es):
WWW.ARNET.GOV/FAR
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 Work Flow (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).

_INVOICE___

(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.

_"SEE SCHEDULE"___

(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 BLOCK 18a
Issue By DoDAAC BLOCK 9
Admin DoDAAC BLOCK 9
Inspect By DoDAAC ____
Ship To Code BLOCK 15
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.
N/A

(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.

James Rawlings 720-847-8677

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

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

(End of clause)

 

1. INSURANCE - MINIMUM AMOUNTS
1.1. Reference Contract Clause titled, "Insurance -Work on a Government Installation (FAR 52.228-5). Kinds and minimum amounts are as follows:

KIND AMOUNTS (FAR 28.307-2)
Workmen's Compensation $100,000 (see paragraph 1.2, below)
Comprehensive General Liability $500,000 per occurrence for bodily injury
Comprehensive Automobile Liability $200,000 per person and $500,000 per accident
for bodily injury and $20,000 for property
damage
(If applicable) $200,000 per person and $500,000 per occurrence
Aircraft Public and Passenger for bodily injury, other than passenger
Liability liability and $200,000 per occurrence for
property damage; coverage for passenger
liability bodily injury shall be at least $200,000 multiplied by the number of seats
$200,000 multiplied by the number of seats or
passengers, whichever is greater.
1.2. Except in states with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers.

1.3. NOTE: Before commencing work under this contract, the Contractor shall certify to the Contracting Officer, in writing, that the required insurance has been obtained. The policies referenced in the certification (s) shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective (1) for such period as the laws of the state in which this contract is to be performed prescribe or (2) until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. The Contractor shall maintain a copy of proofs of required insurance, and shall make copies available to the Contracting Officer upon request. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request.

 

 

Bid Protests Not Available

Similar Past Bids

Ohio 08 Jun 2020 at 4 AM
Location Unknown 13 Jan 2020 at 12 AM
Location Unknown Not Specified
Washington Not Specified
Washington Not Specified

Similar Opportunities

Oklahoma 04 Aug 2025 at 4 AM (estimated)
Oklahoma 04 Aug 2025 at 4 AM (estimated)
Oklahoma 04 Aug 2025 at 4 AM (estimated)