SOLICITATION NOTICE
99 -- 733 FSS Aquatics Scoreboard replacement
- Notice Date
- 6/17/2025 6:02:27 AM
- Notice Type
- Solicitation
- NAICS
- 339950
— Sign Manufacturing
- Contracting Office
- FA4800 633 CONS PKP LANGLEY AFB VA 23665 USA
- ZIP Code
- 23665
- Solicitation Number
- FA480025QA088
- Response Due
- 7/2/2025 9:00:00 AM
- Archive Date
- 07/17/2025
- Point of Contact
- Nathan Palmer, Phone: 7577642920, TSgt Austin Rodriguez, Phone: 7577647033
- E-Mail Address
-
nathan.palmer.11@us.af.mil, austin.rodriguez.4@us.af.mil
(nathan.palmer.11@us.af.mil, austin.rodriguez.4@us.af.mil)
- Description
- The purpose of this requirement is to: Replacing scoreboard that is not working. Scoreboard is utilized for large swim meets at our aquatics facility and need to be replaced. The facility will also need touchpads to track all swimmers swim times accurately. This job will include the installing of equipment and all other measures necessary to have a properly functioning scoreboard for tracking event times. DESCRIPTION OF SERVICE: Hardware: Multi-sport computer console, swim keyboard insert and swimming and diving software, backlit full-color 10.4� LCD display, USB drive for software upgrades; unlimited race storage, external mouse and keyboard port, back-up rechargeable system, and built-in start input. Swimming and diving software included, stored lap & cumulative splits, display of lap and cumulative splits to matrix displays, 12 lane competitive timing, back-up timing (software only), unlimited �meet memory�, relay judging software, and direct scoreboard use. Description Eight-lane touchpad system for the CTS timing system Includes the primary 8 lane cable harness (CH41-8) (9) pushbuttons (PB-6), vacuum pump (VP-2), and touchpad meter (TPMD) Description Aquagrip gutterhung touchpads (78"" x 22"") US PATENT 5,702,799. DEMOLITION AND REMOVAL: The Contractor is responsible for all demolition debris removed from the site and off of JBLE-Eustis. The Contractor shall be responsible for all disposal permits and regulation requirements. The Contractor shall coordinate with the Base Civil Engineer Group (CEG) or Squadron (CES) to confirm proposed haul route and access gate locations and transportation of any imported/exported demolition or borrow materials within and outside the Base. INSTALLATION: Installation to include freight, inside delivery, unpacking, assembly, testing and debris removal of all products. See quote and IGE for details on specific equipment. Installation to include freight, inside delivery, unpacking, assembly, testing and debris removal of all products. Warranty information: 1 Year Mechanical, 1 Year Labor, 6 Months for Cosmetic Items, and 7 Years for Frame and Motor. Warranty starts when product is installed. HAZARDOUS CONDITIONS. During the course of performing work under this contract, should the contractor find conditions existing that prevent the performance of task specified; the Contracting Officer shall be immediately notified. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The Government will provide reasonable utilities and work space for the contractor to perform the requested duties. There are no covered or secure storage areas available. The contractor will provide all equipment and storage media necessary to perform tasks. TOILET FACILITIES: Use of existing toilet facilities in the immediate work area only will be permitted. Contractor personnel will ensure facility cleanliness is maintained at all times. SECURITY POLICE, FIRE PROTECTION AND FORCE PROTECTION: Forms of force protection may be required by the Base. The Contractor shall coordinate any placement of storage sheds (if required) with AT/FP criteria. The Contractor shall refer to UFC 4-010-01, DoD Minimum Antiterrorism Standards for Buildings, for additional requirements. The government will provide general on-base security police and fire protection service. TELEPHONE: The government shall not provide telephone services. If available, contractor may use government phones in a case of emergencies or during field and site work. No long distance telephone calls will be authorized. HOURS OF OPERATION. Working hours for the contractor will normally be between the hours of 8:00 AM and 5:00 PM excluding Saturdays, Sundays, and Federal holidays. If the Contractor desires to work during periods other than above, additional government inspection forces may be required. The Contractor must make his/her request to the Contracting Officer five (5) calendar days in advance of his/her intention to work during other periods to allow assignment of additional inspection forces. If such force is reasonably available, the Contracting Officer may authorize the contractor to perform work during periods other than normal duty hours/days. OSHA REQUIREMENTS: All Contractor operations shall be conducted and performed in accordance with Department of Labor, OSHA requirements found in 29 CFR 1910 and 29 CFR 1926, project identified national standards, military manuals, instructions, pamphlets, standards and handbooks, and with the Corps of Engineers (COE) Safety Manual 385-1-1, dated 03 Sep 96. DISPOSITION OF WASTE, EXCESS, SCRAP, AND SALVAGE MATERIALS: The title to all waste, excess, scrap, and salvage materials generated as a direct result of this contract is vested in the Contractor - unless specifically excepted below. Further (unless listed below in exceptions), these materials shall be disposed of off the Base by the Contractor in accordance with all applicable Federal, State, and Local Regulations. Following is a list of materials (Exceptions) that will be generated as a result of this contract and shall be turned-into the Government at a location at JBLE-Eustis designated by the Contracting Officer: RADIATION PERMITS AND AUTHORIZATIONS. Contractors contemplating the use of devices containing radioactive materials (i.e., soil moisture/density probes) or non-ionizing radiation producing equipment (radio frequency radiation emitters or lasers) while performing work on this contract must obtain written authorization/permit from the Fort Eustis Radiation Safety Officer (RSO), X ADOS/SGGB. To obtain the required authorization permit, an application to bring a radioactive device on Fort Eustis must be forwarded to 78 ADOS/SGGB, (this is mailing address, physical address is 880 Third St.) or (915)696-2325/3289, at least 45 days prior to the anticipated use. Without the proper authorization, Contractors will not be allowed to bring these devices on base. Also, Contractor shall provide Bioenvironmental Engineering (78 ADOS/SGGB) a copy of contractor�s radioactive materials permit and training certificates, if radioactive material will be brought onto Fort Eustis. SECURITY REQUIREMENTS. LEVELS OF SECURITY. Fort Eustis security may be viewed as being one of three broad levels, the level in effect being dependent on the location or AREA of Fort Eustis in question. The lowest level of security exists in �GENERAL ACCESS� areas. These areas are all of Fort Eustis outside of the ""USAF Controlled"" and ""USAF Restricted"" areas. �USAF Controlled� access areas are the mid-level security areas. Presence within the CONTROLLED ACCESS AREA is by authorization; however, the movement of authorized personnel in and out of these AREAS is generally not impeded. The highest level of security on Fort Eustis is that within the �USAF RESTRICTED AREAS�. These areas are subdivided to be known as Protection Level 1, 2 or 3 AREAS. Work schedule requests or changes to existing schedules for work to be performed in a �USAF RESTRICTED AREA� shall be submitted at least 7 calendar days in advance for approval and coordination of Fort Eustis Security Forces. Closed Base. Fort Eustis is considered a closed base. All personnel entering must have specific permission of the installation commander for entry. This permission is granted when a Contractor employee is issued an identification card. The Contracting Officer will provide information necessary to obtain identification cards. The contractor shall be responsible to ensure that all of its employees obtain, and keep on their person at all times while working on the base, a USAF identification card. Upon completion of the work or termination of an employee, the contractor shall be responsible for turn in of identification cards to the Contracting Officer or to the Pass and Registration Office of the Security Forces. NOTE: Failure to turn in badges will result in WITHHOLDING OF FINAL PAYMENT and revocation of any future badges issued by Pass and Registration Office to the employee and the contractor. IDENTIFICATION OF CONTRACTOR VEHICLES. Contractor vehicles must be marked on each side with company name with either permanent or semi-permanent/magnetic signage. FAR 52.232-18 Availability of Funds. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Quotes should be valid until 30-September 2025. Evalualion Factors: an award will be made based ""Best Value"" to the goverment In accordance with procedures in FAR Part 13
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e137967a504c45a1b1574bd362c0b793/view)
- Place of Performance
- Address: Fort Eustis, VA, USA
- Country: USA
- Country: USA
- Record
- SN07481407-F 20250619/250617230055 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |