Federal Bid

Last Updated on 05 Oct 2013 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

VTC MODIFICATION AND INSTALLATION

Solicitation ID H92244-13-T-0301
Posted Date 30 Aug 2013 at 1 PM
Archive Date 05 Oct 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Naval Spec Warfare Development Grp
Agency Department Of Defense
Location United states
This is a combined synopsis/solicitation 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0301 and a firm fixed price contract is contemplated.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69 effective 01 Aug 2013.

This procurement is 100% total small business set aside and the associated North American Industrial Classification Code (NAICS) is 541519 with a business size standard of $25.0 M . The DPAS rating for this procurement is DO-S10.

All responsible sources may submit a quote which shall be considered by the agency.
Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:

Section B: Schedule of Supplies/Services:

CLIN 0001 Design modification, equipment purchase, and installation services for BLDG 355 RM 359 CONF RM and RM 356 Office. The systems modification will be identical in both rooms and will involve replacing existing RGB matrix switchers with Extron or equivalent commercial grade DVI matrix switcher with audio support.

A site survey will be conducted on Site located on Dam Neck, Virginia Beach, Virginia on Thursday, September 12, 2013 at 10:30 a.m. EST. Due to time constraints and limitations on the availability of the space, the site visit will only be held for contractors who arrive precisely at 10:30 am EST to the NSWDG Visitor Center. There will not be another opportunity to view the site. If the contractor does not have a Rapid Pass they will need to travel to the Oceana Pass and ID office in order to get their passes. Directions and procedures will be provided once the vendor has submitted the below information.

Visitors must submit their name, company name, social security number, date of birth, place of birth, country of citizenship, name of business, make/model/year/color/state of vehicle registration/license plate information, number of vehicles by no later than Monday , September 09 , 2013 at 10:00 AM EST to Tina Ford via email only at [email protected]. Please call 757-862-9468 to confirm receipt of your visitor request information. Requests received after the specified time cannot be processed due to security reasons.

Section C Statement of Work
See attached word document for statement of work.

CLAUSES INCORPORATED BY REFERENCE:

FAR 52.202-1 Definitions Jul 2004
FAR 52.203-3 Gratuities Apr 1984
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006
FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan 1997
FAR 52.204-7 System for Award Management Jul 2013
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Jul 2013
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008
FAR 52.211-15 Defense Priority and Allocation Requirements Apr 2008
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Jul 2013
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Jul 2013
FAR 52.212-5
DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Jan 2013
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011
FAR 52.222-3 Convict Labor Jun 2003
FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Mar 2012
FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999
FAR 52.222-22 Previous Contracts and Compliane reports Feb 1999
FAR 52.222-25 Affirmative Actions Compliance Apr 1984
FAR 52.222-26 Equal Opportunity Mar 2007
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010
FAR 52.222-50 Combating Trafficking in Persons Feb 2009
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011
FAR 52.232-33 Payment by Electronic Funds Transfer-System for
Award Management Jul 2013
FAR 52.232-36 Payment by Third Party Jul 2013
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002
FAR 52.233-3 Protest After Award Aug 1996
FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984
FAR 52-242-13 Bankruptcy Jul 1995
FAR 52.243-1 Alt II Changes-Fixed Price Alt II (Apr 1984) Aug 1987
FAR 52.246-25 Limitation of Liability - Services Feb 1997
FAR 52.247-29 F.o.b. Origin Feb 2006
FAR 52.247-34
FAR 52.249-8 F.o.b. Destination
Default (Fixed Price Supply & Services) Nov 1991
Apr 1984
FAR 52.253-1 Computer Generated Forms Jan 1991
DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992
DFARS 252.204-7004 Alt A System for Award Management Alternate A May 2013
DFARS 252.211-7003 Item Identification and Valuation Jun 2013
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Jun 2012
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Dec 2012
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec 2012
DFARS 252.232-7010 Levies on Contract Payments Dec 2006
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May 2002
SOFARS 5652.204-9003 Disclosure of Unclassified Information Nov 2007
SOFARS 5652.204-9004 Foreign Persons Jan 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Jan 2011
SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998

CLAUSES INCORPORATED BY FULL TEXT:

Please note full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil.

All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov.

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, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance: (1) Technical ability to meet specifications, (2) past performance (3) price and (4) delivery. The offereror shall provide details to describe how it meets the technical specifications for evaluation, to include a drawing. Government will award this contract based on best value to the government.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (Apr 2011) - Alternate 1 Jul 2013
FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007
FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May 1989
FAR 52.252-2 Clauses Incorporated By Reference Feb 1998


FAR 52.232-18 AVAILABILITY OF FUNDS (APR 1984)
Funds are not presently available for this contract. The government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the government for any payment may arise until funds are made available to the contracting officer for this contract and until the contractor received notice of such availability, to be confirmed by the contracting officer

SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005)

The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ana Downes, telephone (757) 862-9465.
Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Contractor shall provide concept drawings and written description of how proposal complies with all requirements specified in this solicitation.
All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact:
Tina Ford, Contract Specialist; Email address: [email protected]; phone 757-862-9468 ; fax (757) 862-0809; mailing address: 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.
Point of contact for this procurement is Tina Ford at [email protected]. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by email at [email protected], fax at (757) 862-0809 or U.S. Postal mail addressed to NSWDG, Attn: Tina Ford (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 1:00 p.m. Eastern Standard Time (EST) on Friday, September 20, 2013. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offerer must be registered with the Central Contract Registration (CCR) to be considered for award.

Bid Protests Not Available

Similar Past Bids

Virginia beach Virginia 07 Sep 2011 at 7 PM
Virginia beach Virginia 15 Oct 2004 at 5 AM
Location Unknown 19 Jun 2013 at 12 PM
Lackland air force base Texas 26 Sep 2011 at 6 PM
Washington District of columbia 05 Feb 2018 at 4 PM

Similar Opportunities

Location Unknown 11 Jul 2025 at 5 PM
Location Unknown 11 Jul 2025 at 5 PM
Location Unknown 11 Jul 2025 at 5 PM
Edwards California 15 Jul 2025 at 11 PM
Edwards California 15 Jul 2025 at 11 PM