The RFP Database
New business relationships start here

Plasma Booth Cameras


Florida, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

DESCRIPTION: COMBINED SYNOPSIS/SOLICITATION W912EP-19-T-0011

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. The Government reserves the right to award without discussions. In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.


The is a Request for Quotes (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-03.


The U.S. Army Corps of Engineers (USACE), Jacksonville District in support of Fleet Readiness Center Southeast (FRCSE), Bldg. 794 Plasma Shop, NAS Jacksonville, FL, has a requirement for a firm-fixed-price supply contract for the procurement and installation of a Camera System for the Plasma Spray Shop. The Contractor shall be responsible for the installation, configuration, testing, startup, and commissioning of the booth camera system at all six (6) Plasma Spray booths.


This requirement is a 100% Small Business Set-Aside.


The associated NAICS code is: 334310, Audio and Video Equipment Manufacturing.
Small business size standard is: 750


This requirement is for the procurement and installation of the a Camera System for the FRCSE Plasma Spray Shop: (See attached pricing sheet)


Delivery and Installation: 60 days after award


Location of Work: The work to be performed at the FRCSE, NAS Jacksonville, FL located in the Bldg.794 Plasma Shop, as it relates the Description of Supplies.


The provision at 52.212-1 Instructions to Offerors -- Commercial, applies to this acquisition.


Addendum to 52.212-1


Proposal Content - To be eligible to receive an award, the proposal submitted in response to this solicitation shall consist of the contents required in the sub-paragraphs described below:


a. Specifications: Specifications have been defined in the Description of Supplies. The vendor shall submit a proposal that meets or exceeds all specifications identified in the Description of Supplies. The term "Brand Name or Equal," as it relates to this solicitation requires that the offeror's proposal indicate each product that is being offered as an "equal" product as used herein, and refers to the non-price elements listed above.


b. Price: A Firm Fixed Price (FFP) shall be submitted for this effort. The vendor will provide pricing for each Line Item.


The provision at 52.212-2 Evaluation--Commercial Items, applies to this acquisition.


Addendum to 52.212-2


The Government anticipates the issuance of a Firm Fixed Price (FFP) contract based on the Specifications that is determined to be the most beneficial to the Government in accordance with the procedures authorized in FAR Part 13, Simplified Acquisition Procedures, and considering the following factors: (1) Specifications; (2) Price.


The Government has established the following relative importance of factors: Specifications is more important than Price.


Proposal Content - Proposal must be responsive to and comply with the terms of the solicitation in order to be eligible to receive an award. The Government will reject the proposal if determined to be materially nonresponsive or that does not conform to the terms of the solicitation. To be eligible to receive an award, proposals submitted in response to this solicitation shall consist of the contents required in the sub-paragraphs described below:


a. Specifications: Specifications have been defined in the Description of Supplies. The vendor shall submit a proposal that meets or exceeds all specifications identified in the Description of Supplies. The term "Brand Name or Equal," as it relates to this solicitation requires that the offeror's proposal indicate each product that is being offered as an "equal" product as used herein, and refers to the non-price elements listed above.


b. Price: A Firm Fixed Price (FFP) shall be submitted for this effort. The vendor will provide pricing for each Line Item.


The provision at 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.


The clause at 52.212-4 Contract Terms and Conditions -- Commercial Items, applies to this acquisition.


The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition.


Additional FAR clauses cited in 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, that apply to this acquisition


• 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), Alternate I
• 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
• 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
• 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended,
or Proposed for Debarment
• 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters
• 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
• 52.219-6 Notice of Total Small Business Set-Aside
• 52.219-8 Utilization of Small Business Concerns
• 52.219-14 Limitations on Subcontracting
• 52.219-28 Post Award Small Business Program Rerepresentation
• 52.222-3 Convict Labor
• 52.222-21 Prohibition of Segregated Facilities
• 52.222-26 Equal Opportunity
• 52.222-35 Equal Opportunity for Veterans
• 52.222-36 Equal Opportunity for Workers with Disabilities
• 52.222-37 Employment Reports on Veterans
• 52.222-40 Notification of Employee Rights Under the National Labor relations Act
• 52.222-41 Service Contract Labor Standards
• 52.222-42 Statement of Equivalent Rates for Federal Hires
• 52.222-50 Combating Trafficking in Persons
• 52.222-55 Minimum Wages Under Executive Order 13658
• 52.222-62 Paid Sick Leave Under Executive Order 13706
• 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
• 52.224-3 Privacy Training
• 52.225-13 Restrictions on Certain Foreign Purchases
• 52.232-33 Payment by Electronic Funds Transfer-System for Award Management
• 52.233-3 Protest After Award
• 52.233-4 Applicable Law for Breach of Contract Claim


Additional Provision that apply to this acquisition:


• 52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements-Representation
• 52.204-7 System for Award Management
• 52.204-16 Commercial and Government Entity Code Reporting
• 52.204-22 Alternative Line Item Proposal
• 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law
• 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
• 252.203-7005 Representation Relating to Compensation of Former DoD Officials
• 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
• 252.205-7000 Provision of Information to Cooperative Agreement Holders


Additional Clauses that apply to this acquisition:


• 52.203-3 Gratuities
• 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements
• 52.204-13 System for Award Management Maintenance
• 52.204-18 Commercial and Government Entity Code Maintenance
• 52.204-19 Incorporation by Reference of Representations and Certifications
• 52.204-21 Basic Safeguarding of Covered Contractor Information Systems
• 52.215-23 Limitations on Pass-Through Charges
• 52.232-39 Unenforceability of Unauthorized Obligations
• 52.232-40 Providing Accelerated Payments to Small Business Subcontractors
• 252.201-7000 Contracting Officer's Representative
• 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
• 252.203-7002 Requirement to Inform Employees of Whistleblower Rights
• 252.204-7004 Alternate A, System for Award Management
• 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
• 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
• 252.225-7012 Preference for Certain Domestic Commodities
• 252.225-7048 Export-Controlled Items
• 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns
• 252.227-7015 Technical Data--Commercial Items
• 252.227-7037 Validation of Restrictive Markings on Technical Data
• 252.232-7010 Levies on Contract Payments
• 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
• 252.243-7002 Requests for Equitable Adjustment


Fill-In Clauses that apply to this acquisition:


• 52.219-28 Post Award Small Business Program Rerepresentation
(g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed:
The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code 334310


• 52.252-6 Authorized Deviations in Clauses


(a) The use in this contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.


(b) The use in this contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.


Anticipated Award Date is: August 30, 2019


Specifications Inquiries and questions relating to this combined synopsis/solicitation are due by July 31, 2019 at 3:00 PM EST. Questions shall be sent via email to Gerald.L.Garvey@usace.army.mil, and james.t.tracy@usace.army.mil. When submitting questions, please include the solicitation number, and title.


The government reserves the right to limit and/or to not respond to any further questions pertaining to this project received after July 31, 2019. Offerors should base their offers on the information provided in the solicitation and all issued amendments thereto.


All answers to technical inquiries and questions are reviewed by the Contracting Officer prior to response. Answers to technical inquiries may result in amendments to the solicitation. If an amendment is issued, it will be posted on the Federal Business Opportunities website (www.fbo.gov).


Proposals are due by 9:00 A.M EST, August 7, 2019. Proposals shall be sent via email to Gerald.L.Garvey@usace.army.mil, and james.t.tracy@usace.army.mil.


Any other questions regarding this acquisition should be directed to the Contract Specialist, Gerald Garvey at (904) 232-3055 or by e-mail.


Attached Documents:
• Description of Supplies
• Price Listing


Gerald L. Garvey, Contract Specialist, Phone 904-232-3055, Email Gerald.L.Garvey@usace.army.mil - James T. Tracy, Contracting Officer, Phone 9042322107, Email james.t.tracy@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP