The RFP Database
New business relationships start here

B404 Vault Technology Pkg


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

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.



(ii) Solicitation W912J2-19-Q-6036 is issued as a Request for Quotation (RFQ).


(iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02, effective 05 June 2019, and Defense Acquisition Circular DPN 20190628, effective 28 June 2019.


(iv) This RFQ is solicited as 100% Small Business Set Aside. The NAICS code is anticipated to be 334310 with a Small Business Size Standard of 750 Employees.


(v) The Wisconsin Air National Guard is anticipating the acquisition of the following equipment items as well as installation:


Equipment list with Salient Characteristics:


Item 1 - Projectors (Qty 6 ea)
Projector MUST NOT contain wireless or smart capabilities
Size: 90" LCD
Resolution: 3840 x 2160 pixels (4k UHD)
Inputs: HDMI, VGA
Power Device: Internal Power Supply
Voltage Required: AC 110-240 V (50/60 Hz)


Item 2 - 90 Inch TV (Qty 1 ea)
TV MUST NOT contain wireless or smart capabilities
Size: 90" LCD
Resolution: 3840 x 2160 pixels (4k UHD)
Inputs: HDMI x 3
Power Device: Internal Power Supply
Voltage Required: AC 110-240 V (50/60 Hz)
Sound: Built in Speakers


Item 3 - 60 Inch TV (Qty 21 ea)
TV MUST NOT contain wireless or smart capabilities
Size: 90" LCD
Resolution: 3840 x 2160 pixels (4k UHD)
Inputs: HDMI x 3
Power Device: Internal Power Supply
Voltage Required: AC 110-240 V (50/60 Hz)
Sound: Built in Speakers


Item 4 - Secure DVI-I KVM Switch (Qty 5 ea)
Graphic Interface: DisplayPort
Connection Type: USB
Number of Ports: 4 Port Dual Head
KVM Local Users Qty: 1 local user
Max Resolution: 3840 x 2160 @ 30hz
Power Device: Internal Power Supply
Voltage Required: AC 120/230 V (50/60 Hz)


(vi) Description of requirement:


The 115th Fighter Wing Operations Group has a requirement for audio-visual systems in the vault area of building 404, this area is a secure area with unique equipment requirements. The scope of work includes the Main Briefing Room 110, Vault Classroom, Briefing Rooms 115, 116, 118 & 119, Open Office Room 105, and ACMI Room 102. The technology package requirement is needed to facilitate pre-/post- flight mission debriefings as well as conducting mass training events within the 115th Fighter Wing Operations Group.


See attached Statement of Work for details on the scope of work and requirements for the installation of the equipment.


See attached document entitled, "A.02.LARGE DISPLAYS-TVs-VTC-HardwareList-31 Jan 2018" for a list of equipment that has been found acceptable for use within the secure area. You may select items from this list or provide Brand and Model number of proposed equipment for approval by Higher Headquarters for use within the secure area.


A site visit will be held at the 115th Fighter Wing, see registration information in section xv.


(vii) Delivery is desired as soon as possible but no later than 60 days after contract award. The delivery and acceptance shall be 3110 Mitchell St, Madison, WI 53704. Shipping shall be FOB Destination.


(viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.


(ix) The Government intends to 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. Response to the solicitation must meet the following conditions:
1. Conformance to the RFQ
2. Meet the minimum salient characteristics as outlined above
3. Equipment will be subject to approval by Higher Headquarters to ensure equipment meets compatibility requirements for use within the secure area
Contract will be awarded based on a determination of best value to the government; bids will be evaluated based on price, inclusion of installation services, and conformance with RFQ and compliance with minimum salient characteristics. (Final award will be subject to approval of equipment by HHQ).

A firm fixed price contract award is anticipated.

(x) The offeror's quote shall include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, or be currently registered in the SAM website with Representations and Certifications completed.


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


(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii.


(xiii) The following additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition:


This effort is a high priority requirement in support of the National Guard. Funds are not presently available to make award. If funds become available for award, and prices are deemed fair and reasonable, it is the Governments intent to make award. This is not a commitment of funds or contract award.


In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving
Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow
(WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF.


The following clauses and provisions are incorporated by reference into this solicitation. Full text is available at http://farsite.hill.af.mil.


52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements
52.204-7 System for Award Management
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 Commercial and Government Entity Code Maintenance
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-1 Instructions to Offerors - Commercial Items (CD 2018-O0018)
52.212-2 Evaluation-Commercial Items
52.212-3 Offeror Representations and Certifications -- Commercial Items
52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items
52.212-4 Contract Terms and Conditions-Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (CD 2018-O0021)
52.219-6 Notice of Total Small Business Set-Aside (CD 2019-O0003)
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child Labor - Cooperation with Authorities and Remedies
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
52.222-50 Combating Trafficking in Persons
52.223-15 Energy Efficiency in Engery-Consuming Products
52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer-System for Award Management
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.237-1 Site Visit
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.211-7003 Item Unique Identification and Valuation
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American and Balance of Payments Program
252.225-7012 Preference for Certain Domestic Commodities
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions
252.232-7010 Levies on Contract Payments
252.244-7000 Subcontracts for Commercial Items
252.246-7008 Sources of Electronic Parts
252.247-7023 Transportation of Supplies by Sea


(xiv) DPAS Rating does not apply to this acquisition.


(xv) Instructions to Offerors:
1. Quotes must be received no later than the time and date indicated on this RFQ. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received.
2. Quotes must include the Offeror's CAGE Code or DUNS Number.
3. Quotes must include delivery schedule/lead times.
4. Quotes must be valid until 30 Sep 19.
5. A site visit will be held at the 115th Fighter Wing on July 25, 2019 at 1:00 p.m. In order to attend, interested parties must pre-register prior to 3:00 pm on June 23, 2019. Register by emailing names and contact information to email below:


usaf.wi.115-fw.mbx.fw-contracting@mail.mil

In your email include the RFQ number in the subject line. You will receive a confirmation indicating where to meet.


This site visit will be held in conjunction with two other efforts, reference RFQ W912J2-Q-19-6031 and W912J2-Q-19-6033.

6. All contractors shall be registered in the System for Award Management (SAM) at the time an offer or quote is submitted to the government. Offerors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM.
7. It is the interested Offeror's responsibility to check FedBizOpps for updated information.
8. All quotes must provide Brand and Model numbers for equipment for approval by Higher Headquarters to ensure equipment meets compatibility requirements for use within the secure area.
9. Upon award and prior to installation of any equipment contractor will provide serial numbers for all equipment to be installed.


(xvi) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ. Questions not received within a reasonable time prior to the response date may not be answered.


Dave W. Mattila, Contract Specialist, Phone 608-245-4788, Email usaf.wi.115-fw.mbx.fw-contracting@mail.mil - Scott E. Homner, Contract Specialist, Phone 608-245-4757, Email usaf.wi.115-fw.mbx.fw-contracting@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP