Virginia Bids > Bid Detail

Short-throw Projector, Tables, and Projector Screens

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 67 - Photographic Equipment
Opps ID: NBD00159395198507983
Posted Date: Aug 31, 2023
Due Date: Sep 7, 2023
Solicitation No: W912LQ-23-Q-0033
Source: https://sam.gov/opp/8751fa924b...
Follow
Short-throw Projector, Tables, and Projector Screens
Active
Contract Opportunity
Notice ID
W912LQ-23-Q-0033
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7N5 USPFO ACTIVITY VA ARNG
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Aug 31, 2023 01:49 pm EDT
  • Original Published Date: Aug 30, 2023 08:32 am EDT
  • Updated Date Offers Due: Sep 07, 2023 11:00 am EDT
  • Original Date Offers Due: Sep 07, 2023 11:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 22, 2023
  • Original Inactive Date: Sep 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6730 - PHOTOGRAPHIC PROJECTION EQUIPMENT
  • NAICS Code:
    • 334310 - Audio and Video Equipment Manufacturing
  • Place of Performance:
    Blackstone , VA 23824
    USA
Description

1. GENERAL INFORMATION:





A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, 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.





B. The Virginia Army National Guard (VaARNG) is seeking the purchase and delivery of ten (10) tables, three (3) projectors, and three (3) projector screens to Blackstone, Virginia. All quotes shall be free on board (FOB) Destination with the cost of freight/delivery included in the total price. The Government will accept quotes for items to be delivered up to 60 days after receipt of order (ARO) or earlier. The vendor shall ensure that delivery is accomplished between Tuesday through Friday between 8:00 A.M. and 3:00 P.M. Eastern Standard Time (EST) and that the vehicle making the delivery be equipped with a lift gate to facilitate off-loading. No lift capabilities beyond pallet jacks exist at the delivery location. An exact delivery address will be provided at the time of award.





C. The Government will award a firm-fixed-price contract resulting from this Request for Quote (RFQ), solicitation number W912LQ-23-Q-0033. Multiple awards will not be made. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 (Audio and Video Equipment Manufacturing). The Product Service Code (PSC) is 6730 (Photographic Projection Equipment). This requirement is an unrestricted solicitation, and only qualified offerors may submit quotes. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04, dated June 2, 2023.





D. The Government will not pay for costs associated with the preparation of a quote in response to this solicitation.





E. Payment will be made through the Wide Area Workflow (WAWF) application in accordance with DFARS clause 252.232-7006, Wide Area Workflow Payment Instructions.





F. Interested vendors agree to hold the prices in their quote firm for 60 calendar days from the date specified for the closing of this RFQ.





G. To be considered for an award, vendors shall have an active registration in the System for Award Management (SAM) at https://sam.gov. Vendors are responsible for ensuring that the representations and certifications in their SAM registration are accurate and current.





H. On behalf of the Government, the Contracting Officer intends to evaluate the quote and make an award without discussions. The Contracting Officer unilaterally reserves the right to determine if it is necessary to conduct discussions.





I. NG Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns with the National Guard (NG) as an Alternative Dispute Resolution forum rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent and within the same time periods as if filed at the GAO. The NG protest decision goal is to resolve protests within 35 calendar days from filing. An agency protest may be filed with either the Contracting Officer or the NG Agency’s Protest Decision Authority, but not both, in accordance with NG protest procedures. To be timely, the protests must be filed within the periods specified in FAR 33.103. To file a

protest under the NG Agency Protest Program, the protest must request resolution under that program and be sent to the address below:



National Guard Bureau

Office of the Director of Acquisitions/ Head of Contracting Activity

ATTN: NGB-AQ-O

111 S. George Mason Dr.

Arlington, VA 22204



Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil





All other agency-level protests should be sent to the Contracting Officer, Wesley Spencer (wesley.spencer4.civ@army.mil), at 6090 Strathmore Rd., WH15, Bay H, Richmond, VA 23297















2. COMMUNICATION WITH THE GOVERNMENT:





A. Questions:





Submit written questions via email ONLY to contract specialist Curtis Gardner at curtis.l.gardner6.civ@army.mil. No phone calls will be accepted. Questions will be received until September 5, 2023, no later than 11:00 a.m. Eastern Standard Time (EST).





3. ADDENDUM to 52.212-1, Instructions to Offerors – Commercial Items (MAR 2023)



A. Addendum to FAR 52.212-1(b), Submission of offers. The offeror shall submit an electronic copy of their dated quote via e-mail to: curtis.l.gardner6.civ@army.mil with the solicitation number W912LQ-23-Q-0033 in the subject block by September 7, 2023, no later than 11:00 PM EST. Facsimile quotes will not be accepted. Offerors who do not provide all the required information with their quotes may be deemed NON-RESPONSIVE for further consideration for the solicitation and award. In addition to the items required by 52.212-1(b), the offeror shall complete and provide the following with their submission:





1. Signed and completed Information Sheet.





2. Completed Reps and Certs for the attached 52.219-1, 52.219-28, 52.222-22, 52.223-22 (if applicable), 52.204-24, 52.204-26, 52.212-3, 252.204-7016, and 252.204-7017. Please provide fill-in information on each form.





A signed and completed provision 52.223-22 is required if “…the Offeror received $7.5 million or more in Federal contract awards in the prior Federal fiscal year. The representation is optional if the Offeror received less than $7.5 million in Federal contract awards in the prior Federal fiscal year.”





3. Unit pricing for the following contract line-item numbers (CLINs).







CLIN 0001 – Table: $______________________





(see “Purchase Description” attachment for item specifications)







CLIN 0002 – Display Projector: $______________________





(see “Purchase Description” attachment for item specifications)







CLIN 0003 – Display Projector Screen: $______________________





(see “Purchase Description” attachment for item specifications)











5. Images and specifications for each item quoted.









4. Basis for Award





The Government intends to award to the responsive, responsible vendor whose quote is the lowest price.















5. Provisions and Clauses





A. The following FAR and DFARS provisions are incorporated by reference and apply to this solicitation:





52.204-7, System for Award Management (OCT 2018)

52.204-16, Commercial and Government Entity Code Reporting (AUG 2020)



52.204-17, Ownership or Control of Offeror (AUG 2020)

52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020)



52.204-20, Predecessor of Offeror (AUG 2020)



52.204-22, Alternate Line-Item Proposal (JAN 2017)

52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) (Contractor to provide)

52.204-26, Covered Telecommunications Equipment or Services-Representation (OCT 2020) (Contractor to provide)



52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation (NOV 2015)



52.212-1, Instructions to Offerors Commercial Items (MAR 2023)



52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (DEC 2022) – (Contractor to provide)

52.222-22, Previous Contracts and Compliance Reports (FEB 1999) (Contractor to provide)



52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation (DEC 2016) (fill-in information is required if the offeror received $7.5 million or more in the prior Federal fiscal year)



52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) – (Fill-in information: https://www.acquisition.gov/)

52.252-5, Authorized Deviations in Provisions (NOV 2020) – (Fill-in information: Defense Federal Acquisition Regulation Supplement, 2)



252.203-7005, Representation Relating to Compensation of Former DOD Officials (SEP 2022)



252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (OCT 2016)

252.204-7016, Covered Defense Telecommunications Equipment or Services – Representation (DEC 2019) (Contractor to provide)



252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services – Representation (MAY 2021) (Contractor to provide)



252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (MAR 2022)



252.204-7024 Notice on the Use of the Supplier Performance Risk System (MAR 2023)



252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation (JUN 2023)



252.225-7974 (Dev), Representation Regarding Business Operations with the Maduro Regime (DEVIATION 2020-O0005), (FEB 2020)



252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites—Representation (DEVIATION 2021-O0003) (APRIL 2021)









B. The following FAR and DFARS clauses are incorporated by reference and are applicable to this solicitation and any resulting award:





52.204-13, System for Award Management Maintenance (OCT 2018)

52.204-19, Incorporation by Reference of Representation and Certifications (DEC 2014)

52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services (DEC 2022)

52.222-19 (Dev), Child Labor - Cooperation with Authorities and Remedies (DEVIATION 2020-O0019), (DEC 2022)



52.222-20, Contracts for Materials, Supplies, Articles, and Equipment (JUN 2020)



52.232-39, Unenforceability of Unauthorized Obligations (June 2013)



52.233-1, Disputes (MAY 2014)

252.203-7002, Requirement to Inform Employees of Whistleblower Rights (DEC 2022)

252.204-7003, Control Of Government Personnel Work Product (APR 1992)

252.204-7009, Limitations on the Use or Disclosure of Third-Party (JAN 2023)



252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (JAN 2023)



252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023)

252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023)



252.204-7020, NIST SP 800-171DoD Assessment Requirements (JAN 2023)



252.211-7008, Use of Government-Assigned Serial Numbers (SEP 2010)



252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023)



252.225-7001, Buy American and Balance of Payments Program (JAN 2023)



252.225-7002, Qualifying Country Sources as Subcontractors (MAR 2022)

252.225-7012, Preference for Certain Domestic Commodities (APR 2022)

252.225-7048, Export-Controlled Items (JUN 2013)



252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (JUN 2023)



252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)

252.232-7010, Levies on Contract Payments (DEC 2006)

252.243-7001, Pricing of Contract Modifications (DEC 1991)

252.244-7000, Subcontracts for Commercial Items and Commercial Components (DoD Contracts) (JAN 2023)



252.244-7001, Contractor Purchasing System Administration (MAY 2014)



252.225-7055, Representation Regarding Business Operations with the Maduro Regime (MAY 2022)



252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023)



252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance System (JAN 2023)



252.246-7008, Sources of Electronic Parts (JAN 2023)



252.247-7023, Transportation of Supplies by Sea (JAN 2023)









D. The following FAR and DFARS clauses are incorporated by full text and apply to this solicitation and any resulting award. The full text of a clause may be accessed electronically at https://www.acquisition.gov. Supplemental information for the applicable clause is provided below.





52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services (JUN 2023)





The following FAR clauses included in 52.212-5 are applicable to this acquisition:







52.204-10 (JUN 2020),

52.204-27 (JUN 2023),



52.209-6 (NOV 2021)

52.219-4 (OCT 2022),



52.219-28 (MAR 2023) (Contractor to provide),



52.222-3 (JUN 2003),



52.222-21 (APR 2015),



52.222-26 (SEPT 2016),



52.222-36 (JUN 2020),



52.222-50 (NOV 2021),



52.223-15, (MAY 2020),



52.223-18 (JUN 2020),



52.225-13 (FEB 2021), and



52.232-33 (OCT 2018),





52.233-3, Protest After Award (AUG 1996)

52.252-2, Clauses Incorporated by Reference (FEB 1998) – (Fill-in information: https://www.acquisition.gov/)

52.252-6, Authorized Deviations in Clauses (NOV 2020) – (Fill-in information: Defense Federal Acquisition Regulation Supplement, 2)



252.203-7000, Requirements Relating to Compensation of Former DOD Officials (SEP 2011)



252.211-7003, Item Unique Identification and Valuation (JAN 2023) (c)(1)(i) and (ii): UIE is required for line item 0002 and any other line item exceeding $5,000.



252.232-7006, Wide Area Workflow Payment Instructions (JAN 2023) – fill-in information to be provided at the time of award


Attachments/Links
Attachments
Document File Size Access Updated Date
Information Sheet.docx (opens in new window)
14 KB
Public
Aug 30, 2023
Purchase Description.docx (Deleted)
14 KB
Public
Aug 31, 2023
Purchase Description.docx (opens in new window)
14 KB
Public
Aug 31, 2023
Reps and Certs.pdf (opens in new window)
601 KB
Public
Aug 30, 2023
file uploads

Contact Information
Contracting Office Address
  • KO FOR VAARNG DO NOT DELETE WSH15H DSCR 8000 JEFFERSON DAVIS HW
  • RICHMOND , VA 23297-0000
  • 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 >