Skip to main content

An official website of the United States government

You have 2 new alerts

COMMAND AUDIO VISUAL REFURBISH WITH 2 OPTION YEARS

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Aug 19, 2024 01:12 pm EDT
  • Original Published Date: Aug 14, 2024 09:35 am EDT
  • Updated Date Offers Due: Aug 19, 2024 05:00 pm EDT
  • Original Date Offers Due: Aug 19, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 03, 2024
  • Original Inactive Date: Sep 03, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5820 - RADIO AND TELEVISION COMMUNICATION EQUIPMENT, EXCEPT AIRBORNE
  • NAICS Code:
    • 334310 - Audio and Video Equipment Manufacturing
  • Place of Performance:
    Indian Head , MD 20640
    USA

Description

This is a combined synopsis/solicitation for commercial items/services prepared in accordance with Federal Acquisition Regulation (FAR).  Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland intends to award a firm fixed price (FFP) purchase order using Simplified Acquisition Procedures for: COMMAND AUDIO VISUAL REFURBISH WITH 2 OPTION YEARS.  This solicitation will be competed as Full and Open. This announcement constitutes the only solicitation. Quotes are being requested under Request for Quotation (RFQ) no.

N00174-24-SIMACQ-10-0118. The NAICS code is 334310.  The provisions and clauses included and/or incorporated in this solicitation document are those in effect through the Federal Acquisition Circular. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular FAC 2020-01 and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20190531.

The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to the solicitation that will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate all timely quotes received from eligible vendors on a lowest price technically acceptable (LPTA) basis. The Government intends to evaluate quotations and award a contract without discussions with quoters. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government will make award based on the availability of funds.

Evaluation Factors (in order of importance)

  1. Technical – Quotes submitted shall address all requirements/qualified parts included in the RFQ and SOW.
  2. Price – Quotes must include all applicable costs. Submitted quotes are NOT TO EXCEED 250,000.00 (Simplified Acquisition Threshold).

Questions/clarification regarding this solicitation must be submitted via email to christina.e.simpson@navy.mil by Monday, 19 AUGUST 2024 17:00 PM EST.

1. Official Company Name;

2. Point of contact including name and phone number; and

3. DUNS number and Cage Code.

NOTE TO VENDORS:  You must have an “active” cage code in SAMs and a Wide-Area-Work-Flow (WAWF) prior to submitting a quote.

The Points of Contact for this acquisition is

  1. Christina Simpson, at christina.e.simpson@navy.mil  

Clauses:

52.204.3, 52.204-7, 52.204-13, 52.204-19, 52.209-10, 52.211-17, 52.212-5, 52.212-4, 52219-1, 52.219-28, 52.222-19, 52.222-26, 52.222-50, 52.223-18, 52.225-13, 52.225-18, 52.232-39, 52.232-40, 52.233-3, 52.233-4, 52.243-1, 52.247-17, 52.247-34, 52.252-1, 52.252-2, 252.203-7000, 252.203-7002, 252.203-7005, 252.204-7003, 252.204-7008, 252.204-7009, 252.204-7012, 252.204-7015, 252.211-7003, 252.225-7001, 252.225-7048, 252.232-7003, 252.232-7006, 252.232-7010, 252.243-7001, 252.244-7000, 252.247-7023,

Questions Asked During Solicitation:  

  1. Do you have the Extron uncompiled code for each room? Extron Controllers use a GUI interface for programming, “Extron Global Configurator”
  2. How many inputs (PCs, Laptops, etc.) will have the Command conference room? 3
  3. How many inputs (PCs, Laptops, etc.) will have in the WARD room? 3
  4. How many inputs (PCs, Laptops, etc.) will have in the MIC room? 8
  5. What type of network uses each room (Classified and Unclassified)? Unclassified
  6. The equipment list doesn’t show any codec. Do you want to update the codecs since they are EOL? Current CODECs will need to be removed and not replaced
  7. Can you extend the RFQ due date until Friday, August 23rd? No

Contact Information

Contracting Office Address

  • 4219 SOUTH PATTERSON ROAD
  • INDIAN HEAD , MD 20640-1533
  • USA

Primary Point of Contact

Secondary Point of Contact





History