Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2006 FBO #1732
SOLICITATION NOTICE

59 -- Electronic Marquee for Bell Street (second)

Notice Date
8/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
Reference-Number-F2X3C56219A700
 
Response Due
9/5/2006
 
Archive Date
9/20/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, 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. Solicitation number F2X3C56219A700 for the Bell Street (second marquee) is being issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures under FAR 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12, AFAC 2005-0515, and Defense Federal Acquisition Regulation Supplement (DFARS). It is the contractor?s responsibility to be familiar with applicable clauses and provisions. This acquisition is small business set-aside. The North American Industry Classification System code is 423440 with a small business size standard of 500 employees. CLIN 0001 1 Each Electronic Marquee with the following description; The fitting openings of each structure have a size restriction of 51in height, by 10ft, 10in wide, by no more than 10in deep. The replacement sign must be able to fit within the size limitation of the existing structures as listed above and be installed in such a way to allow access to both the front and back of the sign. The current display measures 8ft 5 1/2in W x 3ft 8in H x 10 1/4in D and is mounted on a swing to allow access to rear panels. The contractors display area will be capable of displaying color images. The contrast ration shall be adequate to be clearly visibly through the product lifecycle of the sign. The benchmark ratio is 50ft per inch of letter size, or graphics displayed (for example a 9in letter will be viewable from 450ft). Minimum characters per scrolling text line capable of being clearly, legibly displayed at one time: 8 lines scrolling 4.5 inches. Maximum characters per line capable of being clearly, legibly displayed at one time: 1 line scrolling 40 inches. 120V power is provided up to the sign structure. A telephone line is available at each structure. Contractor will complete all connections and provide all connectors to facilitate installation. Each sign will have an individual modem provided by the contractor. The sign must be capable of being character keyed centrally, via telephone modem from Public Affairs (PA), or any additional location as designated by PA. The sign will have the capability of being programmed individually and as a grouping. Training will be provided by the contractor to ensure all personnel required to program the signs are capable of operating the signs and the accompanying software, without assistance. The software will be installed on one computer located in the PA office. Contractor will provide all permissions, rights and licenses of the software to install copies on additional computers as needed. The contractor will provide licensing agreements applicable to all supplied software. The sign cabinet will come with a Lifetime Warranty. A minimum two-year warranty period for all components, and contractor work required installing signs will be provided. This includes, but is not limited to software, hardware, parts, electronics and connections. The warranty will provide complete repair or replacement to bring the unit back up to fully functioning to manufacturer specifications at no cost to the government. A 24-hour response is required for all warranty service calls received during normal business hours. The contractor will be responsible to repair/ replace and bring sign back to a fully functional condition within 24 hours of notification of a problem. CLIN 0002 Installation. These items are to be delivered to 170 West Selfridge Street, Maxwell AFB, AL, 36112. Basis for Award: Award will be made to the lowest price offered who takes no exception to the specifications identified in CLIN 0001-0002. Interested vendors must quote on all items. Partial quotes will not be accepted. Only one (1) award will be made as a result of this combined synopsis/solicitation. Offerors responding to this requirement must include a completed copy of the provisions at FAR 52.212-3, Offeror Representation and Certifications - Commercial Items (Jun 2006), DFARS 252.212-7000, Offeror Representation and Certifications - Commercial Items (Jun 2006), and DFARS 252.225-7000, Buy American Act-- Balance Payment Program Certificate (Jun 2006) with the quotation. Clauses and provisions may be accessed via the Internet, https://farsite.hill.af.mil or http://www.arnet.far.gov. The following clauses and provisions are incorporated by reference IAW FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998) and remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors - Commercial Items (Jan 2006), applies to this acquisition. The clause at FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Sep 2005), is incorporated into this RFQ and is an addendum to add the following clause: FAR 52.204-7 Central Contractor Registration (Jul 2006). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items (Aug 2006) is incorporated in to this RFQ and the following FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Set Aside (June 2003) (15 U.S.C. 644),52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31 U.S.C. 3332);The following FAR clause also applies to this combined synopsis/solicitation: 52.232-18, Availability of Funds (Apr 1984). The following DFARS: 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jul 2006) applies to this RFQ and the following clauses are applicable under sub-paragraph (a) and (b): 252.225-7021, Trade Agreements (Jun 2006) (Deviation Applies); 252.232-7003, Electronic Submission of Payment Request (May 2006). DFARS 252.204-7004 Alternate A (Nov 2003) are also applicable. In addition, vendors not registered with Central Contractor Registration are ineligible for award. Vendors may register at http://www.ccr.gov/. Vendors doing business with the Government must also register in the Wide Area Work Flow (WAWF) database. Registration can be completed at https://wawf.eb.mil/. Interested vendors must also register in the Online Representations and Certifications Application (ORCA) database. Vendors can complete their information at http://orca.bpn.gov/. All offers must be received no later than 05 Sep 2006, 3:00 pm Central Standard Time and must be able to respond to the information contained herein. Offers may be mailed to 42d Contracting Squadron, Acquisition Flight A-1, Building 804, Maxwell AFB AL 36112-6334, ATTN: TSgt Kimberly Knott, fax number (334) 953-3527, and/or email to kimberly.knott@maxwell.af.mil. Quotations should meet all instructions put forth in this combined synopsis/solicitation. Award will be made to a single source. Reference the solicitation number and provide a delivery date on the quotation. Please email TSgt Kimberly Knott, Contracting Officer, for any questions concerning this requirement.
 
Place of Performance
Address: 170 West Selfridge Street, Maxwell AFB, AL
Zip Code: 36112
Country: UNITED STATES
 
Record
SN01122061-W 20060824/060822220954 (fbodaily.com)
 
Source
FedBizOpps 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  © 1994-2020, Loren Data Corp.