Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 05, 2007 FBO #1866
MODIFICATION

99 -- Bas Marquee Signs

Notice Date
1/3/2007
 
Notice Type
Modification
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 341CONS, 7015 Goddard Drive, Malmstrom AFB, MT, 59402-6863, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F2W3D96341A100
 
Response Due
1/8/2007
 
Archive Date
1/23/2007
 
Point of Contact
Adam Heim, Contract Specialist, Phone 406-731-4354, Fax 406-731-4005, - Charles Weibel, Contract Specialist, Phone 406-731-4013, Fax 406-731-4005,
 
E-Mail Address
adam.heim@malmstrom.af.mil, charles.weibel@malmstrom.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS SOLICITATION BASE MARQUEE SIGNS (i) This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F2W3D96341A100 (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. (iv) This procurement is being issued as a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 339950 with a small business size standard of 500 employees. (v) This combined synopsis and solicitation is for all supervision, labor, materials and equipment to provide new Base Marquee Signs. See attached Statement of Work for additional specifications. (vi) Delivery date is 90 days from contract award. (vii) The clause at FAR 52.211-6, Brand Name or Equal applies to this acquisition. (viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition. (ix) Quotes will be evaluated on price, ability to meet the technical specifications, delivery and ability to meet the Statement of Work IAW 52.212-2. 52.212-2 -- Evaluation -- Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Price (ii) Ability to meet technical specifications (iii) Delivery (iv) Support and Maintenance Agreement Ability to meet Technical specifications and delivery, when combined, are approximately equal to price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) The offeror must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items and be registered in the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/ . (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii ) The clauses at FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (41 U.S.C.); FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.222-41, Service Contract Act of 1965, as Amended and FAR 52.252-2, Clauses Incorporated by Reference apply to this acquisition. (xiii) The clause at FAR 52.212-5 (DEV), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition. (xiv) The FAR clause 52.203-3, Gratuities (10 U.S.C. 2207), and the clauses at DFARS 52.225- 7036 Alt. I, Buy American Act and Balance of Payment Program; DFARS 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings, Alternate I; and DFARS 252.232-7003, Electronic Submission of Payment Requests apply to this acquisition. (xv) The clause at DFARS 252.212-7001(DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this acquisition. (xvi)The clauses at FAR 52.204-7, Central Contractor Registration and DFARS 252.204-7004, Alternate A apply to this acquisition. (xvii) All firms or individuals responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/ (52.204-7). The Government reserves the right to award on an all or none basis. (xviii) Quotes are required to be received no later than 2:00 PM Local Time, Monday, January 8, 2007. All quotes may be faxed to (406) 731-4005 to the attention of Chuck Weibel. Quotes are acceptable by FAX, email and standard mail (USPS, UPS, FEDEX, etc.) IAW 52.215-5. (xix) Direct your questions to Chuck Weibel at (406) 731-4013 or e-mail address charles.weibel@malmstrom.af.mil . STATEMENT OF WORK The Government has a requirement to replace the existing Marquee signs at the front entrance and rear traffic circle at Malmstrom AFB, MT. Contractor will remove and dispose of existing signs, provide the new signs as described below and install the new signs. Contractor will provide all required software for the sign operation and provide initial training. A five (5) year service and maintenance program will also be required as part of this acquisition. The Requirements for the signs are as follows: TECHNICAL SPECIFICATIONS SIGNS--One (1) double faced electronic display (Traffic Circle) and Two (2) single faced electronic display (Front Entrance) TYPE--Brand name or equal to OPTEC Hybrid RGB 16.7M, Model Number 2040-5-RGB-T-H-D. Signs will be capable of full motion color and high-resolution animated graphics. Salient characteristics are as follows: 1) Pitch--20MM; 2) Pixel Diameter--40MM; 3) Pixel Color--RGB (Red, Green, Blue); 4)Process--6.7 M RGB; 5)Brightness (NITS)--8000++; 6) Dimming Levels--20; 7) Horizontal Viewing Angle--140 degrees; 8) Vertical Viewing Angle--90 degrees; 9)Environment--Outdoors; 10) Lifetime Rating--100K Hours; 11)Module Type--Hybrid Pixel; 12) Module Matrix--8 x 8; 13) Maximum Matrix--Unlimited; 14) Character Height--4 1/2 inches DIMENSIONS--Signs must fit into the existing structure, rough inside dimensions of the structure are 47 1/2 inches high by 104 inches long by 16 inches deep. Signs that leave a gap between the outer perimeter of the sign and the perimeter of the structure will require a filler panel. Filler panel will be dark brown in color. Any sign that extends out beyond the depth dimensions must be protected from the weather. For reference purposes the existing signs at front entrance are 97 1/2 inches long by 46 inches tall by 12 inches deep; signs at the traffic circle are 94 inches long by 43 inches tall by (est.) 6 inches deep. POWER--Signs will operate off of standard 120 volt power. Power is currently available at the sign. CONTROL--Signs will be controlled via fiber optic cable to a media converter switch (Fiber optic cable to the sign and media converter are Government provided). Signs will be connected from media converter switch to the sign by Cat 5 cable. Fiber Optic Modems (FOMs) are not required in this purchase. Price must include removal and disposition of old signs, installation of new signs, the new signs, software, initial start-up training and all delivery charges FOB destination. Pictures are available by request.
 
Place of Performance
Address: 7015 Goddard Dr, Malmstrom AFB, MT
Zip Code: 59405-6863
Country: UNITED STATES
 
Record
SN01204676-W 20070105/070103221001 (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.