Amendment 0001: Addition of clause FAR 52.232-18.
To all interested vendors, be advided FAR 52.232-18 has been added because funds are currently not available for this requirement.
According to FAR 52.232-18 "Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer."
THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION ONLY.
1. This Sources Sought (SS)/Request for Information (RFI) is issued solely for market research purposes to determine potential sources. This notice does not constitute a Request for Proposal (RFP), Request for Quotation (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP), and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited, nor is it a guarantee of a forthcoming solicitation or contract. Respondents will not be notified of the results since this is an RFI announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. The Government is not at this time seeking proposals and will not accept unsolicited proposals. Not responding to this RFI does not preclude participation in any potential future RFQ. It is the responsibility of potential offerors to monitor SAM.gov for additional information pertaining to this requirement. The purpose of this notice is to conduct market research, a continuous process for collecting and analyzing information about capabilities within the market to satisfy agency needs. The acquisition strategy has not yet been determined and market research results will assist in determining the direction this acquisition may take. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist. All responses shall comply with the criteria established in this RFI to be considered for review.
2. Purpose:
The Government is performing market research to support acquisition strategy decisions as they relate to determining if a small business set aside is appropriate as well as the best execution method. Therefore, we further invite offerors to provide a capability statement in response to this requirement as well as the information below. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of any Federal Government contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://sam.gov/.
3. Description of Requirement:
The contractor shall provide all labor, equipment, materials, transportation, and supervision necessary to remove, replace, install, configure, and test a fully integrated audio and visual theater system at the Landings Club. The upgraded system must support high-definition video projection, advanced audio distribution, modern control interfaces, and wireless capabilities suitable for presentations, events, and entertainment functions.
SCOPE OF WORK
- Removal and proper disposal of the existing A/V equipment.
- Installation of new projector(s), screens, speakers, microphones, amplifiers, mixers, and control panels.
- Integration of HDMI/USB-C connectivity, wireless streaming, and smart device compatibility.
- Programming and calibration of the system for optimal sound and visual quality.
- User training and operational walk-through for designated club personnel.
Please reference the Draft SOO in attachments section for examples of the parts to be replaced,
4. Current Contract and Incumbent:
N/A
5. Responses must address the following:
a. Name, address, CAGE Code, SAM UEI, and main point of contact of your company.
b. Provide a capability statement to show the ability to meet requirement.
c. Specify your business type (large business, small business, Small Disadvantaged Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB), Economically Disadvantage Woman-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB) based upon NAICS 334310 Audio and Video Equipment Manufacturing. Specify all that apply.
d. The anticipated NAICS 334310 Audio and Video Equipment Manufacturing and (PSC) is 5836 Video Recording and Reproducing Equipment. Please provide information if the NAICS/PSC is correct or if a different NAICS/PSC is a better fit. Please specify the different NAICS/PSC, if applicable, and explain why.
e. Has your company sold these products and installed them for other customers?
f. Identify any projects completed in the past five years for the same or similar scope to help determine capability and capacity in meeting the requirement for the services listed in the DRAFT SOW. Include any Government contracts (Federal, State, or local) awarded for this type of requirement. Include the contract number and a government point of contact. Identify if the work was as the prime contractor or a subcontractor for these projects and their dollar values.
g. For the DRAFT SOO, interested offerors are encouraged to submit questions/feedback for Government review. The intent of obtaining questions/feedback on the SOO is to further assist industry when proposing on the SOO and to streamline the solicitation process. The Government will not post official responses to the questions/feedback, but they will be reviewed by the Government.
h. Is it clear what is expected in “Description of Services and Scope of Work”? If no, please provide specifics to include paragraph number and an explanation of what is unclear.
i. Are there any other aspects of the Draft SOO that are unclear? Please provide specifics to include paragraph number and an explanation of what is unclear.
j. Is a Phase-In needed for this requirement? If yes, how long should it be? What activities are expected during the Phase-In?
6. Industry Response:
All responses shall be received by 9 May 4:30 PM EST. No extension to the response date will be considered. Send responses via e-mail to Daniel Kim daniel.kim.55@us.af.mil, Sydney Hocker sydney.hocker.1@us.af.mil, Jordon Bongcayao jordon.bongcayao.1@us.af.mil, or 436CONS.PKB.ORG@us.af.mil by the response date. Responses shall be no more than TWO pages (single spaced, front and back, no smaller than Times New Roman, font size 12 or equivalent). If submissions exceed the page count noted, the Government reserves the right to only review the first two pages and may disregard the remainder of the submission. Extraneous materials (brochures, manuals, etc.) will not be considered.
7. Any questions regarding this Sources Sought can be directed to both the CO and CS listed above.
LIST OF ATTACHMENTS:
- DRAFT SOO