Wyoming Bids > Bid Detail

Audio and Visual Upgrade for Trail's End Ballroom/90 FSS

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159313981110714
Posted Date: Aug 9, 2023
Due Date: Aug 14, 2023
Solicitation No: FA461323Q1037
Source: https://sam.gov/opp/9a76765088...
Follow
Audio and Visual Upgrade for Trail's End Ballroom/90 FSS
Active
Contract Opportunity
Notice ID
FA461323Q1037
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFGSC
Office
FA4613 90 CONS PK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Aug 09, 2023 08:08 am MDT
  • Original Published Date: Jul 27, 2023 02:10 pm MDT
  • Updated Date Offers Due: Aug 14, 2023 10:00 am MDT
  • Original Date Offers Due: Aug 10, 2023 10:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 29, 2023
  • Original Inactive Date: Aug 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5836 - VIDEO RECORDING AND REPRODUCING EQUIPMENT
  • NAICS Code:
    • 334310 - Audio and Video Equipment Manufacturing
  • Place of Performance:
    FE Warren AFB , WY 82005
    USA
Description View Changes

Amendment 2 - Extended quotes due to Monday, August 14, 2023; by 1000 (Mountain Daylight Time)



Amendment 1 - Added Attachment 1a - Floor Plan



Combined Synopsis/Solicitation

Solicitation Number: FA461323Q1037

Purchase Description: Audio and Visual Upgrade for Trail’s End Ballroom/90 FSS



Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.



This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the SAM.gov as a Total Small Business Set Aside.



The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461323Q1037, as a Request for Quote using FAR Part 12, Acquisition of Commercial Items, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 334310, with a small business standard of 750 employees.



The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR) 2023-04 effective 02 June 2023, Defense Federal Acquisition Regulation Supplement (DFARS) effective 09 June 2023 and Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) effective 07 July 2023.



DESCRIPTION OF SERVICE:



The contractor must remove the current audio and visual equipment in the Ballroom of Trail’s End and install new high-quality audio and visual equipment that is able to support different functions and tele/video conferences in accordance with Attachment 1 – Statement of Work (SOW) and Attachment 1a – Floor Plan. The contractor must provide all equipment, supplies, tools, and labor necessary to satisfy the salient characteristics listed in Attachment 1 – SOW.



CLIN STRUCTURE:



CLIN 0001: Projector



Quantity: 1 Unit of Issue: Each



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________



CLIN 0002: Retractable Projector Screen



Quantity: 1 Unit of Issue: Each



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________



CLIN 0003: 85-Inch Smart Television (East Side)



Quantity: 2 Unit of Issue: Each



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________



CLIN 0004: HDMI and Video Graphics Array (VGA) Transmitter



Quantity: 4 Unit of Issue: Each



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________



CLIN 0005: 85-Inch Flat Panel Smart Television with Articulating Wall Mount (Back of Ballroom)



Quantity: 1 Unit of Issue: Each



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________



CLIN 0006: Media Matrix Switcher



Quantity: 1 Unit of Issue: Job



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________



CLIN 0007: Scaling Receiver with Room Controls



Quantity: 3 Unit of Issue: Each



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________



CLIN 0008: Video Codec



Quantity: 1 Unit of Issue: Each



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________



CLIN 0009: Wireless Microphone (handheld)



Quantity: 4 Unit of Issue: Each



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________



CLIN 0010: Wireless Microphone (lapel)



Quantity: 2 Unit of Issue: Each



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________



CLIN 0011: Wireless Tabletop Microphone



Quantity: 8 Unit of Issue: Each



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________



CLIN 0012: Audio Input System (Compact Disc (CD), Auxiliary, Bluetooth)



Quantity: 1 Unit of Issue: Each



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________



CLIN 0013: Digital Sound Processor (DSP)



Quantity: 1 Unit of Issue: Each



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________



CLIN 0014: Ceiling Speaker



Quantity: 7 Unit of Issue: Each



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________



CLIN 0015: Amplifier to Power Speaker



Quantity: 7 Unit of Issue: Each



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________



CLIN 0016: Audio/Visual (A/V) 10-Inch Display Wired Control System



Quantity: 1 Unit of Issue: Each



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________



CLIN 0017: Communication Cabinet



Quantity: 1 Unit of Issue: Each



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________



CLIN 0018: Additional Materials



Quantity: 1 Unit of Issue: Job



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________



CLIN 0019: Install



Quantity: 1 Unit of Issue: Job



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________



All CLINs F.O.B. Destination.



LIST OF ATTACHMENTS:

Attachment 1 – Statement of Work

Attachment 1a – Floor Plan

Attachment 2 – Provisions and Clauses

Attachment 3 – Supplemental Clauses

Attachment 4 – Site Visit Agenda



PERIOD OF PERFORMANCE: Performance shall be completed 60 calendar days or less after award date.



PLACE OF PERFORMANCE: Francis E. Warren AFB, WY 82005



OTHER INFORMATION: Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at time of submission of quote. Failure to do so will result in the offer being deemed ineligible for award.



SITE VISIT: A site visit will take place on Thursday, August 3, 2023, and will begin at 1200 (Mountain Daylight Time). Interested parties need to provide notice of interest by e-mail to matthew.gauert.2@us.af.mil and trisha.lamarr@us.af.mil by Wednesday, August 2, 2023, by 1400 (Mountain Daylight Time).



QUESTIONS: Questions shall be sent by e-mail to matthew.gauert.2@us.af.mil and trisha.lamarr@us.af.mil by Monday, August 7, 2023; by 1000 (Mountain Daylight Time).



QUOTES: Responses/quotes MUST be received no later than Monday, August 14, 2023; by 1000 (Mountain Daylight Time). Forward responses by e-mail to matthew.gauert.2@us.af.mil and trisha.lamarr@us.af.mil.



INSTRUCTIONS TO OFFERORS:



Offerors shall comply with FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (Mar 2023)



FAR 52.212-1 is hereby tailored as follows:

1.  Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1.

2. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.

3. The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and “quote,” respectively.  Further, the term “award” shall be understood to describe the Government’s issuance of an order.

4. The Government will consider all quotes that are timely received and will not consider late quotes.  Failure of a quote to address any items required in the submission package may make a quote unacceptable.

5. Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:(n) In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission:

I. Cover page to include the offeror’s:

A. Company Name and Company Doing Business As (if applicable)

B. Physical Address

C. Cage code

D. Unique Entity ID

E. Point of Contact

F. Phone number

G. Email address

H. Business Type

I. Period of Performance in calendar days from award date to project completion date

II. Firm Fixed Pricing to include:

A. Price Per Item

B. Total Price

C. Discount Terms (if applicable)

D. Quote Number (if applicable)

E. Quote Valid Until Date



III. Technical Capability:



A. Quote must include all line items to include the brand name, model, and specifications required IAW Attachment 1 – Statement of Work.

B. Quote must include standard commercial warranty.

C. Quote must include statement of understanding by the vendor for all requirements identified in Attachment 1 – Statement of Work.



EVALUATION:



ADDENDUM TO FAR 52-212-2 EVALUATION—COMMERCIAL ITEMS (Nov 2021)



Paragraph (a) is hereby replaced with the following:



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. Award will be made to the offeror with the lowest price technically acceptable (LPTA). Quotes that do not include all requested information in FAR 52.212-1(5)(I) will be considered nonresponsive. The following factor(s) shall be used to evaluate offers:



I. Price

• Pricing must meet the requirements/specifications in FAR 52.212-1(5)(II).

• The lowest priced quote will be evaluated for technical acceptability first. The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government’s best interest to do so.

• No additional information from the offeror will be required if the price is based on adequate price competition.  In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.



II. Technical Capability

• Government will evaluate technical capability based upon the requirements/specifications identified in FAR 52.212-1(5)(III) of this solicitation. If all requested information is not provided or does not meet the requirements identified, the Government will determine the quote to be unacceptable.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 307 773 3888 7505 BARNES LOOP BLDG 208
  • FE WARREN AFB , WY 82005-2860
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >