The RFP Database
New business relationships start here

TCY Audiovisual Media Replacement - Hamilton Hall


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

This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. The Solicitation Number, Request for Quotation (RFQ) 70Z041-19-Q-QWU03300 is hereby issued as an attachment herein. This RFQ is issued as a 100% Total Small Business Set-Aside. The associated North American Industry Classification System (NAICS) Code is 334310, AUDIO AND VIDEO EQUIPMENT MANUFACTURING, and the Size standard is 750 Employees. The closing date and time for receipt of quotes is TUESDAY, SEPTEMBER 24, 2019, at 2:00pm Eastern Standard Time (EST).

The United States Coast Guard Training Center Yorktown has a requirement to have Audio and Media equipment replaced in the Mini-Auditorium (Room 309) and Training Division Classroom (Room 326), both rooms located in Hamilton Hall, to be fully functional by January 6, 2020. Both rooms are in heavy demand all year. Three windows of opportunity to conduct the replacements exist prior to January 6, 2020: 1) November 12, 2019 through November 15, 2019; 2) November 25, 2019 through November 27, 2019; and, 3) December 16, 2019 through January 3, 2020. All work shall be completed by 6 JANUARY 2020 with a one year warranty to start after installation of all equipment.


The scope of this project is to replace two projectors, two touch screens, five flat screen televisions, switches, processors, video teleconference system (mini-auditorium only), blue ray players, overhead speakers, replace wiring, replace connectors, and ensure interoperability upon completing of the project prior to 6 January 2020. Ensuring standardization of media controls requires each system to function originating from a Crestron© touchscreen. Crestron© touchscreens were installed in recent projects on base. In order to maintain standardization and ease of use, Crestron© touchscreens are required to control all peripherals. A Brand Name Justification for the Crestron touchscreens is attached herein. The contractor shall supply all equipment, wire, materials, and labor per the attached Performance Work Statement (PWS) and Drawings.


FAR 52.237-1 -- Site Visit (APR 1984)
Offerors or quoters are urged/expected to do a site visit at the location where the services are to be perform and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.


Requests for SITE VISITS shall be submitted by email to Maria Nestico at Maria.L.Nestico@uscg.mil and to Juan Soto at Juan.A.Soto@uscg.mil no later than 1:00pm EST, September 19, 2019.


All questions regarding this notice/solicitation shall be submitted to the Contracting Officer(s) by email to Maria Nestico at Maria.L.Nestico@uscg.mil and to Juan Soto at Juan.A.Soto@uscg.mil no later than 2:00pm EST, September 20, 2019, or your questions may not be answered.


The resultant contract from this solicitation will be Firm Fixed Price (FFP). The solicitation incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05, of 13 August 2019. Federal Acquisition Regulation (FAR) Clauses for Commercial items are included in this solicitation and are applicable. All clauses and provisions referenced in this announcement may be accessed at the following website free of charge: http://www.acquisition.gov/far


Offerors must be registered with the System Award Management (SAM) per FAR Part 7, System Award Management. Offerors who are not registered with https://beta.sam.gov/ may be considered nonresponsive and will not be considered in the evaluation.


Where, Federal Acquisition Regulation Clause Language is inconsistent with FAR 13.004, Legal Effect of Quotations, the language is hereby tailored in accordance with FAR 12.302 to be consistent with a Request for Quotation (RFQ). This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary that are hereby modified to be consistent with FAR 13.004. Where the word "offer/offeror" or a derivative of that word appears, it is changed to "quote/quoter" or a derivative of that word. This RFQ shall not be considered direction to proceed with the subject effort. This RFQ is not a promise of future direction to proceed.


Shipping must be free on board (FOB) destination CONUS (Continental US). The FOB destination/location for services: USCG TRAINING CENTER YORKTOWN, 1 U.S. Coast Guard Training Center, Yorktown, VA 23690-5000.


The US Coast Guard will only consider Firm Fixed Price (FFP) quotations. Quotes will only be accepted by email. Any quote received by the USCG that is not emailed will not be considered for award. All responsible sources may submit a quotation via email to Maria.L.Nestico@uscg,mil and Juan.A.Soto@uscg.mil, which if timely received, shall be considered by the Agency.


The RFQ document shall be submitted via email in an electronic version in Word, Excel, or Adobe PDF format only. The file capability of USCG's servers is 10 megabytes (MBs). A quote that is of greater size shall be submitted in multiple transmissions, all of which must arrive by the quote submission deadline. By submission of its quote, the offeror is asserting that it understands the RFQ, the RFQ attachments, and that there are no exceptions to the RFQ or its attachments in the quote itself. Offerors are solely responsible for all RFQ submission costs.


All quotes shall include the required information per the attached RFQ Document SF-1449.


The contractor shall provide along with price, a delivery schedule, sufficient technical literature, past performance information, completed FAR 52.212-3, and offers' name, address, point of contact name, phone number, fax number, email address, Tax Identification Number (TIN) and DUNS number. Relevant Past Performance information should be three references within the last five years (5) years. Provide Company's name, point of contact, telephone number, fax number and email address. This information MUST be current. Failure to submit the completed FAR 52.212-3 may be considered nonresponsive and will not be considered in the evaluation. This clause can be download free of charge at http://www.acquisition.gov/far


Maria Nestico, Contracting Officer, Phone (757)856-2332, Email maria.l.nestico@uscg.mil - Juan A. Soto, Purchasing Agent, Phone (757) 856-2564, Email Juan.A.Soto@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP