Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2003 FBO #0495
SOLICITATION NOTICE

99 -- Electronic Message Board System

Notice Date
2/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer (fcp), U.S. Coast Guard Training Center Cape May, Administration Building Room 212A, Cape May, NJ, 08204-5092
 
ZIP Code
08204-5092
 
Solicitation Number
DTCG42-03-Q-3WN022
 
Response Due
3/14/2003
 
Point of Contact
Edward Lerma, Contracting Officer, Phone (609)898-6310, Fax (609)898-6811, - Shirley Green, Contracting Officer, Phone 609-898-6342, Fax 609-898-6811,
 
E-Mail Address
elerma@tracencapemay.uscg.mil, sgreen@tracencapemay.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation No. DTCG42-03-Q-3WN022 is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2001-12. This procurement is 100% set-aside for small business concerns. The NAICS code is 339950 and business size standard is 500 employees. The government intends to award a Firm Fixed Price Order/Contract utilizing Simplified Acquisition Procedures (SAP). IMPORTANT NOTICE: FAR 52-232-33 (Payment by Electronic Funds Transfer Central Contractor Registration, May 1999) mandatory requirement for contractor to be registered in the CCR database. CONTRACTORS MAY REGISTER ON-LINE AT HTTP://WWW.CCR.GOV/ IT IS MANDATORY TO OBTAIN A DUNS NUMBER PRIOR TO REGISTERING. CONTRACTORS SHALL CALL DUN & BRADSTREET (1-800-333-0505) TO OBTAIN. AWARD CANNOT BE MADE UNLESS REGISTERED. The U.S. Coast Guard Training Center, Cape May, New Jersey has a requirement for the following: ELECTRONIC MESSAGE BOARD SCOPE OF WORK Furnish a complete wireless remote, LED electronic message board system suitable for outdoor use, in accordance with the attached plans and meeting the following specifications: DISPLAY: Double faced master/master LED PIXEL SIZE (4 LEDs): 0.25", long life VIEWING ANGLE: 90 degree cone minimum MESSAGE CAPACITY: Multiline, with capability to view 8 lines of 16 characters at 4" tall; 25 scrolling modes; 80 message storing; 1 year scheduling; logos and graphics; built in animations COLOR: Red / Green / Blue tri-color PITCH: High resolution with minimum 0.6" pitch CONTROLLER: WindowsXP compatible PC software. Provide demo CD for evaluation of compatibility with Coast Guard proprietary system. Provide software training for 5 people. WIRELESS: Wireless operation a minimum of 300 feet from display TEMPERATURE DISPLAY: One external temperature probe CLOCK/DATE: One precision date and time display with automatic switch to daylight savings time POWER: 120 VAC - 60Hz, max current - 8 amps with 1 year lithium battery backup WARRANTY: 5 year parts and telephone technical support FEATURES: Power cut off switch for servicing Fans for cooling and ventilation Auto-dimming for nighttime Fully front serviceable Mounting plate provided TOTAL PRICE FOR SYSTEM: $__________________ Shipping terms will be FOB destination and will be delivered to the following address: Shipping & Receiving Bldg #204, USCG Training Center, Cape May, NJ 08204 Attn: Ms. Kathleen Shilling. Inspection & Acceptance will be conducted at the destination. The required delivery date is 30 MAY 2003. The following FAR provisions and clauses apply to this solicitation: FAR 52.212-1 Instructions to Offerors-Commercial Items is hereby included by reference. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items shall be completed and submitted with proposal. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items(incorporating the following FAR clauses by reference: 52.222-3 Convict Labor, 52.233-3 Protest After Award, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilites, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-3 Buy American Act-Supplies, 52.225-21 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program). The full text of the FAR can be accessed on the Internet at the following: http://www.arnet.gov/far http://farsite.hill.af.mil/VFFAR1.htm Offerors responding to this announcement must include a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices but must include the following information: Company's complete mailing and remittance address, discounts for prompt payment, if any (e.g. 1% 10 days), the company's Commercial and Government Entity (CAGE) code, Dun & Bradstreet number, Tax Identification Number and proof of CCR registration. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar sale, provided such warranty is available at no additional cost to the government. For Warranty purposes, please furnish the following commercial warranty information for each system component under warranty: The warranty extends for a period of _____days or ____years from ( ) date of shipment, ( ) date of receipt, or ( ) date of installation. If a change occurs in this requirement, only those offerors that respond to this announcement within the required timeframe will be provided any changes/amendments and considered for future discussions and/or award. The government will award an order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation that will be most advantageous to the government, price and other factors considered. The government reserves the right to evaluate technical compliance/conformance with specifications as indicated and make a best value decision. This could result in award to other than the lowest price offer. All responsible sources may submit an offer, which will be considered by the agency. All written proposals along with the above required completed clauses/provisions must be submitted and received at this office on or before 14 March 2003 at 2:00 PM eastern time. Send all written proposals to the following address: Contracting Officer, U.S. Coast Guard Training Center, Administration Bldg Room 212A, Cape May, NJ 08204-5095, Attn: Edward Lerma. Please direct all technical questions regarding this procurement to TRACEN's Engineer, Ms. Kathleen Shilling at (609)898-6404. This is NOT a sealed bid advertisement, and proposals will NOT be publicly opened. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (14-FEB-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 07-APR-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/COUSCGTCCM/DTCG42-03-Q-3WN022/listing.html)
 
Place of Performance
Address: 1 Munro Ave Cape May, NJ
Zip Code: 08204
Country: USA
 
Record
SN00297964-F 20030409/030407221651 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.