AFIT Building 643 Room 206 Audio Visual Upgrade

expired opportunity(Expired)
From: Federal Government(Federal)
FA860124Q0035

Basic Details

started - 12 Feb, 2024 (2 months ago)

Start Date

12 Feb, 2024 (2 months ago)
due - 29 Feb, 2024 (1 month ago)

Due Date

29 Feb, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
FA860124Q0035

Identifier

FA860124Q0035
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708895)DEPT OF THE AIR FORCE (60450)AIR FORCE MATERIEL COMMAND (2223)AIR FORCE LIFE CYCLE MANAGEMENT CENTER (4865)FA8601 AFLCMC PZIO (1057)

Attachments (6)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

***This solicitation has an extended proposal due date***FROM 23 Feb 2024 1PM ET TO 29 Feb 2024 1PM ET***Per request, a site visit has been scheduled for Tuesday, 20 February, from 1-2pm ET, at Wright-Patterson AFB. Please contact Lt Col Benjamin Knost (benjamin.knost@us.af.mil) by Wednesday, 14 February, at 11am ET to indicate your attendance and coordinate base access.This combined synopsis/solicitation is expected to result in the award of a firm-fixed-price contract for AFIT Building 643 Room 206 Audio Visual Upgrade as described under the requirements section of this combined synopsis/solicitation and accompanying requirements attachment. This combined synopsis/solicitation is 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 solicitation incorporates FAR provisions and clauses in effect through
Federal Acquisition Circular (FAC) FAC 2023-04, effective 2 Jun 2023; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20230929, effective 29 September 2023; and Department of the Air Force Acquisition Regulation Supplement (DAFFARS) Air Force Acquisition Circular (AFAC) 2023-0707, effective 7 July 2023.This announcement constitutes the only combined synopsis/solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made LPTA. Ie, to the lowest priced Offeror who submits a proposal that:1. Conforms to the requirements of the combined synopsis/solicitation.2. Receives a rating of “Acceptable” on the Technical Capability evaluation factor.3. Contains the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable.The combined synopsis/solicitation number for this requirement is FA8601-24-Q-0035 and is hereby issued as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures.Acceptable means of Submission: All submissions must be submitted electronically to both of the following email addresses, jacob.brown.86@us.af.mil and candice.snow@us.af.mil, by Thursday, 29 February 2024 by 1:00 PM Eastern Daylight Time.Any correspondence sent via email must contain the subject line “FA8601-24-Q-0035, Room 206 Audio Visual Upgrade. The entire proposal must be contained in a single email, unless otherwise approved, including attachments. Please note: due to the email server, any emails that exceed 5 megabytes might not go through. Emails with compressed files are not permitted. Note that email filters at Wright-Patterson Air Force Base are designed to filter emails without subject lines or with suspicious subject lines or content (i.e., .exe or .zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the email filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent. The email filter may delete any other form of attachments. A confirmation email will be sent once the proposal is received. If you do not receive a confirmation email within 24 hours of submitting the proposal, please reach out to the point of contact listed on the solicitation. Submittal of proposals in response to this combined synopsis/solicitation constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website https://www.acquisition.gov. The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received.Period of Performance: Period of Performance is no later than 12 months after contract award.Delivery Destination: Identified in Statement of Work (SOW).Delivery Type: FOB Destination (As defined in FAR 2.101—Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss).Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination.Requirement: Room 206 Audio Visual Upgrade at Wright Patterson AFB, OH 45433 in accordance with (IAW) the Statement of Work (SOW) dated 12 February 2024.Contract Type: The anticipated award is Firm-Fixed Price.Basis for Award: The Government will award a contract resulting from this RFQ to the responsible Offeror whose offer conforms to the requirements outlined in Attachment 1 (SOW) and is most advantageous to the Government, lowest evaluated price of proposals meeting or exceeding the acceptability standards and other factors considered. Technical Capability and Price will be used to evaluate all offers.Technical or Quality: The proposal will be evaluated to the extent to which it can meet and/or exceed the Government’s requirements as outlined in the solicitation and based on the information requested in the instructions to offerors section of the solicitation.Price: The Government will evaluate the price by adding the total of all line item prices, including all options.The proposals may be in any format but MUST include: 1. Proposing company’s name, address, DUNS number, Cage Code, and TIN.2. Point of contact’s name, phone, and email.3. Proposal number & date.4. Timeframe that the proposal is valid.5. Individual item price.6. Total price, No Progress Payments.7. Shipping (FOB Destination).8. Completed copy of representations and certifications (Attachment 2)Important Notice to Contractors: Proposals MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements outlined in the Statement of Work (Attachment 1).Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this combined synopsis/solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow – Receipt and Acceptance (WAWF – RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/.ADDITIONAL INSTRUCTIONS TO OFFERORS: The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows:(a) North American Industry Classification System (NAICS) code and small business size standard are as specified in the solicitation document.(b) Submission of offers is as prescribed in the text of this combined synopsis/solicitation.Proposal Content: The proposals may be in any format, but shall consist of two separate parts, a technical proposal and a price proposal.Proposal Detail: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted.Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired.Technical Proposal: Describe how the offeror will provide for the furniture as described in the SOW.Site Visit: A site visit will take place on Tuesday, 20 February from 1-2pm ET. Email Lt Col Benjamin Knost (benjamin.knost@us.af.mil) by Wednesday, 14 February, at 11am ET to indicate attendance and coordinate visitor base access.Attachments: Statement of Work (SOW)Offeror Reps & CertsModel ContractMemo for 2019-009 Interim FAR RuleQ and A Document with Answers to FAQs

Wright Patterson AFB ,
 OH  45433  USALocation

Place Of Performance : N/A

Country : United StatesState : OhioCity : WRIGHT PATTER

Office Address : CP 937 656 5842 1940 ALLBROOK DR BLDG 1 RM 109 WRIGHT PATTERSON AFB , OH 45433-5344 USA

Country : United StatesState : OhioCity : Wright-Patterson Air Force Base

You may also like

AUDIO VISUAL CONFERENCE SYSTEM UPGRADE FOR ROOMS 2002 AND 2112 FOR RMA/DC.

Due: 25 Sep, 2024 (in 5 months)Agency: FARM PRODUCTION AND CONSERVATION BUSINESS CENTER

Audio Visual Auditorium Upgrade

Due: 10 May, 2024 (in 12 days)Agency: Royal Ottawa Health Care

High School Auditorium Audio/Visual Upgrade

Due: 28 Apr, 2024 (Today)Agency: Stonington Public Schools

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 334310Audio and Video Equipment Manufacturing
pscCode 5836Video Recording and Reproducing Equipment