Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2002 FBO #0248
SOLICITATION NOTICE

63 -- LED Electronic Displays

Notice Date
8/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX, 78236-5253
 
ZIP Code
78236-5253
 
Solicitation Number
Reference-Number-F1PAAA21930200
 
Response Due
8/15/2002
 
Archive Date
10/30/2002
 
Point of Contact
Johnie Johnson, Contracting Officer, Phone (210)671-1752, Fax (210)671-1199, - Lynda Moore, Contract Specialist, Phone 210-671-1759, Fax 210-671-1199,
 
E-Mail Address
johnie.johnson@lackland.af.mil, lynda.moore@lackland.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
LED ELECTRONIC DISPLAYS. This is a combined synopsis/solicitation notice for commercial items, prepared in accordance with the format in FAR 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 procurement is restricted to 100% small business concerns. Request for quote on the following items: Contractor to provide all personnel, tools, labor, material, transportation and supervision to provide and install singled sided Electronic Marquee message display signs as described in this combined synopsis/solicitation. Contractor is responsible for cleanup and disposal of any debris generated during installation. Electronic Display signs must be capable of supporting 5 lines of 6 inch high lettering (41 inches X 98 inches). Units will be installed on existing steel panels between brick columns. Message displays to mount on each side of existing double-sided structures. Contractor to install custom (Amber L.E.D) 32 X 112 lamp matrix Message Displays. Overall size 41 inches X 98 inches, 6 inch to 24 inch character range and graphic applications. Exclusive 30 degree/70 degree angle range from oval lamp. Contractor to provide Visiontech (or equal) software (must be compatible with Windows 2000), sign controllers, fiber optic interface, 30 feet of fiber optic data cable and exterior modem connection at each location selected for installation. Contractor to include a secure modem with each message center location, with secure programming access to system through customers remote laptop computer. Contractor to ensure that all mounted units are properly ventilated. Contractor shall scuff and paint the steel-mounting panel the same color as the marquee. Contractor shall provide one day on site setup and training of selected Government personnel by the manufacturer. Contractor must provide software updates compatible with the Windows 2000 platform for six months after installation and acceptance by the Government. Contractor must provide two copies of shop drawings for the completed installation. Primary electrical (120 VAC) and communication connections from displays to existing J boxes will be by others. Quotes submitted should cover the following two options. The Government will select the option that will fit within its budget constraints from the quotes received. OPTION 1: Install electronic display signs (as described above) on both sides of static marquees located at Luke East, Valley High, Medina Annex and Selfridge East Gates. OPTION 2: Install electronic display signs (as described above) on both sides of static marquees located at Luke East, Valley High and Medina Annex Gates. REQUIRED DELIVERY AND INSTALLATION: Electronic Display Signs must be in place and operational (to include training) by 11 October 2002. Installations to be staggered, the first two being Luke East and Valley High Gates. Remaining selected installations/locations to be coordinated with the Government. FOB: Destination for delivery is Lackland AFB, TX. This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-08. The NAICS code for this acquisition is 339950, and the small business size standard is 500 employees. Note that 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. FAR 52.212-2, Evaluation Commercial Items applies to this acquisition and the criterion to be used is price and required delivery. Offerors must include a completed copy of FAR 52.212-3, and Alternate I, Offeror Representations and Certifications?Commercial Items, with its offer. FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The following addenda has been added to clause 52.212-4: Add the following to subparagraph (c): Additionally, issuance of modifications for an administrative change that does not affect the substantive rights of the parties (e.g., changes in paying office, appropriation data, funds increase/decreases, changes of address) shall not require the signature of the contractor and will be issued unilaterally. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this solicitation. Specifically the following clauses cited are applicable: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for special disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers. All interested parties must be registered with the Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004 & 252.232-7009. CCR can be obtained by accessing the Internet (www.ccr.gov) or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. Prospective offerors who would like to visit the site should immediately contact Mr. Johnie Johnson at (210) 671-1752 for arrangements. Quotations on this solicitation must be received by 15 August 2002, 3:30 PM (CDST). Submit written offers (oral offers will not be considered) with any descriptive literature, to Mr. Johnie Johnson, 37 CONS/LGCBD,1655 Selfridge Avenue, Room 206, Lackland AFB, TX 78236-5253.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/LackAFBCS/Reference-Number-F1PAAA21930200/listing.html)
 
Place of Performance
Address: 37th Training Wing/PA Building 2484 Lackland AFB Texas
Zip Code: 78236
Country: USA
 
Record
SN00132896-F 20020807/020805221416 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.