Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2010 FBO #3106
SOLICITATION NOTICE

99 -- Twin Pak 16MM High Brightness Color LED XVS WatchFire Message Centers (double sided).

Notice Date
5/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
FA4800-10-Q-LW19
 
Archive Date
6/30/2010
 
Point of Contact
Leland, Phone: 7577645520
 
E-Mail Address
leland.whipkey@langley.af.mil
(leland.whipkey@langley.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ FA4800-10-Q-LW19. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40. This acquisition is 100% set-aside for Total Small Business. The associated NAICS code is 339950 with a 500 employee's size standard. This RFQ contains 2 line items. The line items descriptions are as follows: CLIN 001 "Brand Name or Equal" Twin Pak 16MM High Brightness Color LED XVS WatchFire Message Centers (double sided). This means each of the two (2) signs has two (2) sides of viewing screens, a total of four (4) faces. 4" min character height (10 lines / 34 Characters at 4" type). The matrix pixel size shall be 16mm 80 x 168, no other matrix size whether it is larger or smaller shall be acceptable or considered "or equal". True pixel technology, no pixel sharing allowed. The LED's shall be a minimum of 100,000 Hour High Bright LED's. The viewing angles shall be viewing angles of 140 Horizontal / 70 Vertical. The temperature sensor shall be included with 15 feet of cable. The dimensions of the structure where the signs will sit is 9'5" long and 19.5" wide. Each sign is mounted by dual poles in the center of the brick façade structure. The size of the sign shall be 4ft 9in High x 9ft 5in Long x 8in Deep (each face is 8". Bids submitted offering sign dimensions that exceed the size of the sign will not be considered. The sign shall meet these dimensions to properly fit on the current structures with no overhang on length. Over hang on length will not be acceptable. The control computer will be supplied by the customer (LAFB). Quotes shall include removal from base/disposal of the two current units without damaging the existing structure and installation of the new units on current structure to include any parts necessary to install new units on the existing structures. The new units must be able to function properly in extreme wet outdoor environments. The units are located near water and at times will be submerged under water. The units you bid shall be able to endure this type of environment over long periods of time. Digits shall be weather encapsulated and fully submersible. The signs should have front access to all Components for Service. No Internal Air Conditioners due to the wet environment. The LED screens will be connected to the internet via Broadband Cellular Modem that must be supplied with each screen and be installed during installation. The internet provider will be supplied by LAFB. The two units shall be connected to 120 volt, 46 AMP single phase power service (supplied by LAFB). This power source shall not be altered from the originating source. Qty: 2 EACH. Clin 002 The two units must have a minimum 5 year warranty to include all parts/ onsite labor. Onsite labor technicians shall be factory trained technicians certified to work on the LED Marquees. Certificate of factory trained technicians shall be submitted with bid. Contractor shall have a response/repair time of 48 hours once notified the sign needs service to complete repairs to minimize downtime. Contractor shall detail in bid this requirement can be met. Onsite Training of software setup shall be provided to the customer once the screens are installed. Software shall be Windows based Graphics Software. Please Provide Overview of Software System with Bid Submission. Qty: 2 Each. Site Visits have been scheduled for Tuesday 1 June 2010 at 10:00AM and Thursday 3 June 2010 at 10:00 AM. Please contact SSgt Leland Whipkey at 757-764-5520 to schedule and for directions. Site visit is not required but recommended. Message Center is to be made in the USA from raw materials. End Item Description. Submittals of "Or Equal" items are allowed under this solicitation. When quoting an "or equal" item, offeror must submit all descriptive literature, specifications, catalogs, etc., along with their quotation, necessary to meet the requirements of this solicitation to be eligible for award. FOB point is Destination. The required delivery date is 4 to 6 weeks after award. PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.219-6, Notice of Total Small Business Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004, Alternate A, 5352.201-9101 Ombudsman, 5352.242-9000, Contractor Access to Air Force Installation. Addenda to FAR 52.212-5: The following additional clauses apply to this solicitation: FAR 52.233-2, Service of Protest: (a) Protest, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Team Lead Patricia Ward (addressed as follows) by obtaining written and dated acknowledgement of receipt from 633d Contracting Squadron, Attn: Patricia Ward, 74 Nealy Avenue, Langley AFB, VA 23665-2088. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All proposals must be faxed or emailed to POC Leland Whipkey at 633d CONS/LGCA, 74 Nealy Avenue, Langley AFB, VA 23665-2088. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror who's quote/offer represents the best value in terms of technical (capability of item(s) offered to meet the government need), price, and past performance, which will be most advantageous to the government. Quotes must be signed, dated and submitted by 15 June 2010, 1200 pm, Eastern Standard Time (EST) to the 633d Contracting Squadron/LGCA, Attn: SSgt Leland Whipkey, Contract Specialist, Commercial Phone 757-764-5520, Fax 757-225-7443, E-mail leland.whipkey@langley.af.mil, LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, and GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. POINT OF CONTACT Leland Whipkey, Contract Specialist, Phone 757-764-5520, Fax 757-764-7443, leland.whipkey@langley.af.mil Email your questions to Leland Whipkey at leland.whipkey@langley.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-10-Q-LW19/listing.html)
 
Record
SN02159317-W 20100527/100525234914-ef4c655280f9ce83cac50f1f98f0f1a5 (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.