Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2006 FBO #1761
SOLICITATION NOTICE

59 -- Electronic message board

Notice Date
9/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
541850 — Display Advertising
 
Contracting Office
ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
WC1SH36256W066
 
Response Due
9/26/2006
 
Archive Date
11/25/2006
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propos als are being requested and a separate written solicitation will not be issued. (ii) This Request for Quotation (RFQ) number is WC1SH36256W066. (iii) This RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circu lar (FAC) 2001-21. (iv) This procurement is restricted to small businesses and the applicable NAICS is 541850 (v) This RFQ contains four line items. CLIN 0001 Electronic Message Center: Must be complete and ready to operate, trailer mounted, generator operated, electronic message center.; Daktronics? GalaxyPro" Series 3700 Outdoor Matrix Display 2 or equal. Must have Matrix size electronic boar d Display configuration: Dual sided; Graphics capability: Text, graphics and video clips; LEDs per pixel: 1 red, 1 green, and 1 blue (full color RGB, 68 billion colors); Software: Must be compatible with Windows XP; (the Government will provide its ow n laptop computer to operate the system). Communications upgrade: Radio set to include 1 server (sending) and 1 client (receiving) to enable operator to feed information to the display from a laptop computer; Power: 120/240 VAC single phase. The foll owing sized displays will be considered: SUBCLIN 0001AA 32 x 144 display approximately 2'8 x 9'11' x 8 ; SUBCLIN 0001AB 48 x 112 display approximately 3'8 x 7'10 x 8 ; SUBCLIN 0001AC 64 x 80display approximately 4'9 x 5'9 x 8 ; 0001AD 96 x 112 displ ay approximately 6'9 x 7'10 x 8 ; CLIN 0002 Optional item. Temperature sensor: Quick connect external temperature sensor to enable displays to show temperature and time; CLIN 0003 Trailer: Heavy duty trailer with the cargo or bed structure sized to the selected electronic message center display unit; trailer must have a down-jack unit at each of four corners; must be equipped with standard fifteen inch or larger sized passenger car or light truck tires; trailer must be equipped with standard ball fit ting and capable of being towed by an automobile or pickup truck; in addition to the weight of the electronic sign and accoutrements, trailer must be capable of supporting a permanently mounted diesel generator and a supplemental fuel tank; generator and s upplemental fuel tank may weigh together in excess of 400 pounds; bid price shall include the supplemental fuel tank, provide information on capacity in gallons of the supplemental fuel tank; trailer must be equipped with locking devices to prevent unautho rized drive-off. CLIN 0004 Generator: Generator must be permanently mounted on the trailer; must have surge protection; must be equal to or better than an Onan brand or equal diesel unit that is rated at least 9.5 kilowatt, 92 amps at 120 volts, 3600 r pm; unit must be capable of running 24 hours per day, 7 days per week; request a minimum five year compliance warranty be included in the bid. Compliance information: UL and ULc Listed. NOTES: Warranty: Minimum three (3) years must be included for elec tronic equipment; provide quotes for additional years of warranty and specify cost for each additional year; contractor must be available to respond to Fort Richardson to make repairs and to address warranty issues within seventy-two hours of telephonic no tice to the contractor. Professional training: Two hours of on-site training to be provided by a proficient individual who is well-versed in above items of supply and operation thereof; training will be conducted at Fort Richardson , Alaska in/or outside with the item of supply. The cost for this training shall not be separately priced. The cost shall be include in the line item prices offered. Delivery to Fort Richardson, Alaska sixteen weeks from date of award. (ii) TO BE ELIGIBLE FOR A CONTRACT AWARD OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRY. Price quoted must be FOB Fort Richardson Alaska 99505. (vi) Delivery location, Acceptance will be Government FOB destination: Fort Richardson, Alaska 99505. (vii) The provision at FAR 52.212-1, Instructions to Offerors  Commercial (JAN 2004), applies to t his acquisition. (vii), Offers will be evaluated using the provision at FAR 52.212-1, Evaluation -- Commercial Items (Jan 1999) with the following evaluation factors: technically acceptable, past performance, and price. Technical and past performance wh en combined are more important than price. The contract will be awarded to the offeror that provides the best value to the government based upon the stated evaluation factors. (ix) All offers must include a completed copy of the provision at FAR 252.212-7 000 Offeror Representations and Certifications--Commercial Items (1995); (x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2003) applies to this acquisition. All offers must include a completed copy of this provision. (xi ) The following clauses apply: FAR 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002); FAR 52.211-6, Brand Name or Equal (AUG 1999), FAR 52.214- 21  Descriptive Literature (APR 02); FAR 52.204-7 (ALT 1) (OCT 2003) Central Contractor Registration (By 20 Sep 2004); FAR 252.204-7004 -- Required Central Contractor Registration (Alt 1) (NOV 2003); 52.216-1 -- Type of Contract (Firm Fixed Price); FAR 52 .246-17 -- Warranty of Supplies of a Noncomplex Nature (APR 1984); FAR 52.232-38  Submission of Electronic Funds Transfer Information with Offer; FAR 52.253-1 -- Computer Generated Forms (JAN 1991); FAR 252.209-7001 Disclosure of Ownership or Control by t he Government of a Terrorist Country (MAR 1998); FAR 252.211-7003 Item Identification and Valuation (JAN 2004); FAR 252.225-7001 -- Buy American Act and Balance of Payments Program (Mar 1998); FAR 252.225-7002 Qualifying Country Sources As Subcontractors ( Dec 1991); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-19, Child Labor-Cooperation with Author ities and Remedies (JUN 2004); FAR 52.225-13, Restriction on Certain Foreign Purchases (DEC 2003); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). (xii) The full text of clauses and provisions can be accessed at the following web address: http://www.arnet.army.gov/FAR. (xiii) NA. (xiv) NA. (xv) All offers are due no later than 10:00 AM, Alaska Time, 26 September 2006 at the Regional Contracting Center  Alaska, ATTN: SFCA-PRA, P.O. Box 5-525, BLDG 600 Room B24 2, Fort Richardson, AK 99505-0525. (xvi) For further information contact Marian Taylor via facsimile (907) 384-7112, or e-mail: marian.taylor@richardson.army.mil
 
Place of Performance
Address: ACA, Fort Richardson Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL Fort Richardson AK
Zip Code: 99505-0525
Country: US
 
Record
SN01149590-W 20060922/060920221006 (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.