Missouri Bids > Bid Detail

HS TRUMAN LIBRARY AND MUSEUM PUBLIC ADDRESS SYSTEM/ INSTALLATION

Agency: NATIONAL ARCHIVES AND RECORDS ADMINISTRATION
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159893024432678
Posted Date: Jun 30, 2023
Due Date: Jul 10, 2023
Solicitation No: 88310323Q00068
Source: https://sam.gov/opp/faee238217...
Follow
HS TRUMAN LIBRARY AND MUSEUM PUBLIC ADDRESS SYSTEM/ INSTALLATION
Active
Contract Opportunity
Notice ID
88310323Q00068
Related Notice
Department/Ind. Agency
NATIONAL ARCHIVES AND RECORDS ADMINISTRATION
Sub-tier
NATIONAL ARCHIVES AND RECORDS ADMINISTRATION
Office
NARA CONTRACTING OFFICE
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Jun 30, 2023 01:49 pm CDT
  • Original Published Date: Jun 20, 2023 12:53 pm CDT
  • Updated Date Offers Due: Jul 10, 2023 04:00 pm CDT
  • Original Date Offers Due: Jul 10, 2023 04:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jul 25, 2023
  • Original Inactive Date: Jul 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5830 - INTERCOMMUNICATION AND PUBLIC ADDRESS SYSTEMS, EXCEPT AIRBORNE
  • NAICS Code:
    • 334310 - Audio and Video Equipment Manufacturing
  • Place of Performance:
    Independence , MO 64050
    USA
Description View Changes

HS TRUMAN LIBRARY AND MUSEUM PUBLIC ADDRESS SYSTEM/ INSTALLATION



This is a combined synopsis/solicitation for commercial services in accordance with FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 88310323Q00068 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04 effective June 2, 2023. This is RFQ is 100% small business set aside under NAICS code 334310 Audio and Video Equipment Manufacturing size 750 employees. CONTRACT LINE ITEM NUMBER(S): See Attachment 1, Schedule of Prices. This will be a firm-fixed price contract. REQUIREMENT: The National Archives and Records Administration (NARA) has a requirement to obtain for Harry S. Truman Presidential Library & Museum, 500 West US Highway 24, Independence, MO 64050 public address system/ installation, See Attachment 2, Statement of Work (SOW). PERIOD OF PERFORMANCE: The period of performance will consist of a base period of three (3) months. The following Federal Acquisition Regulation (FAR) clauses are incorporated and are to remain in full force in any resultant purchase order. FAR provisions will be removed prior to award. FAR provision 52.212-1, Instructions to Offerors - Commercial Items (Oct 2018). Addenda: (1) Change paragraph (c) to read: Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. (2) Delete paragraph (h), Multiple Awards. - see below for additional quotation submission instructions. EVALUATION (In lieu of FAR provision 52.212-2): Evaluation and award will be in accordance with Simplified Acquisition Procedures at FAR 13.106, Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation authorized by Selection of the Contractor for award of this purchase order will be based on NARA’s assessment of the best overall value to the Government. Accordingly, best value for this purchase order will be evaluated based on the following evaluation factors: (1) Technical Approach (Volume I). The Government will assess the Contractor’s demonstrated technical knowledge and competence with regard to the Government’s requirements and program objectives; and approach to the work that the Contractor would have to perform under the prospective purchase order. The Government will assess whether the Contractor exhibits adequate techniques and approaches to meet purchase order needs and provide effective and efficient support. The Government has reviewed ICT Accessibility Requirements Statement per the Revised Section 508 of the Rehabilitation Act, see Attachment 8. (2) Relevant Past Performance (Volume II). The Contractor will be evaluated to assess the demonstrated quality of performance on similar work, to include the ability to control the quality and cost of work, timeliness of performance, and effectiveness at accomplishing the goals of previous relevant work. Contractors are requested to submit at least three, and no more than five, references for relevant past performance performed during the past five (5) years. Submission should include the entity name, a point of contact, contact information, dollar value of contract/order, brief description of work performed, and an explanation of how any performance difficulties were addressed and resolved. If the interested Contractor has no relevant past performance, an affirmative statement that no relevant past performance exists must be submitted. (3) Price (Volume III). All technical factors are equal in importance. All evaluation factors other than cost or price, when combined, are more important than cost or price. Exceptions taken to any terms and conditions stated in the RFQ must be clearly outlined on a separate page of the Contractor’s quotation entitled “Exceptions”. The Contractor must also include a justification and the cost impact of each exception noted. The Government reserves the right to make an award on the initial quotation without communicating with contractors. For evaluation purposes, the total ceiling price for each not-to-exceed Contract Line Item Number (CLIN) will be determined by multiplying the maximum quantity by the fixed unit price. The total price for each fixed-price CLIN will be determined by multiplying the quantity by the fixed unit price. The total ceiling price for each performance year will be determined by summing the total prices of each CLIN. This will be a firm-fixed price contract. Attachment 3, Wage Determination 2015-5105 Rev 19 dated 12/26/2022 applies. FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2018) - The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2018) – see Attachment 5, Additional NARA Terms and Conditions (Addenda to FAR clause 52.212-4). FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2019) - see Attachment 5, FAR Clauses for the full text of this clause and for additional applicable FAR clauses. The Contractor is required to be registered in the System for Award Management (SAM) to be eligible for award (at time of quote submission) and maintain registration until final payment in accordance with FAR provision 52.204-7, System for Award Management (Oct 2018). Full text provisions and clauses can be found at http://www.acquisition.gov. SITE VISIT: Only vendors currently register in SAM will be eligible to make the site visit. See Attachment 7. QUESTIONS: Questions regarding this RFQ must be submitted in writing to the Contract Specialist, Mr. Kevin Schumacher Email: (kevin.schumacher@nara.gov) no later than 4:00 PM CT on June 30, 2023 to be considered. Questions submitted in any other manner will not be answered. Contractors are requested to group and submit questions in the same order found in the RFQ while making reference to the particular paragraph number. The Government will answer questions or requests for clarification via a written RFQ amendment. QUOTATION DUE DATE: Quotations must be received by 4:00 PM CT on July 10, 2023. Failure to submit quotations by the due date and time may result in rejection of the quotation as untimely. Contractors submitting via e-mail are cautioned to allow one extra business day for delivery and confirm receipt of quotation as the e-mail will need to pass through IT security. QUOTATION SUBMISSION INSTRUCTIONS: NARA requests that contractors email one (1) copy of the quotation: Volumes I (Technical), II (Past Performance)and III (Price) to: (kevin.schumacher@nara.gov) National Archives and Records Administration, National Personnel Records Center, Kevin Schumacher, Contract Specialist, 1 Archives Drive, Room 360, Saint Louis, MO 63138. Contractors must also submit, with its quotation, representations required by FAR provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, FAR provision 52.204-26, Covered Telecommunications Equipment or Services-Representation, or FAR provision 52.212-3(v), Covered Telecommunications Equipment or Services-Representation. Please indicate in the quotation if the representations are complete in the contractor’s SAM profile.



AMENDMENT 0001 QUESTIONS AND ANSWERS












Attachments/Links
Contact Information
Contracting Office Address
  • 8601 ADELPHI ROAD, ROOM 3340
  • COLLEGE PARK , MD 20740
  • 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 >