Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2003 FBO #0663
SOLICITATION NOTICE

78 -- Electronic Message Centers

Notice Date
9/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
Reference-Number-F13AUP32131200
 
Response Due
9/26/2003
 
Archive Date
10/11/2003
 
Point of Contact
Michael Verbitski, Contract Specialist, Phone (334)953-8083, Fax (334)953-9872, - Michael Verbitski, Contract Specialist, Phone (334)953-8083, Fax (334)953-9872,
 
E-Mail Address
michael.verbitski@maxwell.af.mil, michael.verbitski@maxwell.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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. Firm quotes are requested and a written solicitation will not be issued. This is a Request for Quotations (RFQ), and the reference number is F173AUP32131200. Simplified Acquisition Procedures under the test program for certain commercial items found at FAR 13.5 will be used. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2001-15 and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20030821. This is a 100 % Small Business Set-Aside. The NAICS code is 423440 and the size standard is 500. The Contractor shall remove 5-ea existing electronic marquee signs. The existing signs, upon removal, will be turned in at Maxwell AFB, Base Supply. The Contractor will carefully transport each sign and all accompanying material and electrical connectors, etc. The turn-in will be coordinated by Public Affairs (PA) (334) 953-2014. The Contactor will provide 7-ea new signs to include all the labor, tools, parts, equipment, and supervision necessary to perform the following work. 5-ea signs will be installed onto the structure where the old signs were removed. The remaining two signs will remain boxed or crated and delivered to Maxwell AFB Base Supply, to be installed at a later date. This purchase does not include installation of the two remaining signs. The existing signs are placed within existing out-of-doors, bricked self-contained structures at two base locations--Maxwell AFB, AL and Maxwell AFB-Gunter Annex, AL. The fitting openings of each structure have size restrictions of 51" height, by 10', 10" wide, by no more than 10" deep. The replacement signs must be able to fit within the size limitation of the existing structure as listed above. The contractor's display area will be 64 pixels x 160 pixels in High Definition. Each pixel will contain at least 2 LED?s. The LED must be capable of displaying a minimum 32 shades of red. The contrast ratio shall be adequate to be clearly visible through the product lifecycle of the sign. The benchmark ratio is 50' per inch of letter size, or graphics displayed (for example a 9" letter will be viewable from 450'). Minimum characters per scrolling text line capable of being clearly, legibly displayed at one time: 8 lines scrolling 4.5 inches. Maximum characters per line capable of being clearly, legibly displayed at one time: 1 line scrolling 40 inches. 120V power is provided up to the sign structure. A telephone line is available at each structure. Contractor will complete all connections and provide all connectors to facilitate installation. Each sign will have an individual modem provided by the contractor. The signs must be capable of being character keyed centrally, via telephone modem from Public Affairs (PA), or any additional location as designated by PA. Contractor will supply and install one modem at PA. Contractor will provide an additional 1-ea modem for installation by PA personnel at a later date. The signs will have the capability of being programmed individually and as a grouping. Training will be provided by the Contractor to ensure all personnel required to program the signs are capable of operating the signs and the accompanying software, without assistance. The software will be installed on one computer located in the PA office. Contractor will provide all permissions, rights and licenses of the software to install copies on additional computers as needed. The contractor will provide licensing agreements applicable to all supplied software. Sign cabinets will come with a Lifetime Warranty. A minimum two-year warranty period for all components, and contractor work required installing signs will be provided. This includes but is not limited to software, hardware, parts, electronics and connections. The warranty will provide complete repair or replacement to bring the unit back up to fully functioning to manufacturer specifications at no cost to the government. A 24-hour response is required for all warranty service calls received during normal business hours. The contractor will be responsible to repair/replace and bring signs back to a fully functional condition within 24 hours of notification of a problem. The following clauses and provisions are incorporated by reference and are to remain in force in any resulting purchase order. The provision in FAR 52.212-1, Instructions to Offerors-Commercial Items,(July 2003) is applicable to this solicitation. Offerors shall include with their quotes, a completed copy of FAR 52.212-3, Offeror Representations and Certifications--Commercial Items; (June 2003), to include 52.212-3, Alternate I, (Apr 2002); (DFARS 252.212-7000, Offerors Representations and Certifications-Commercial Item, (Nov 1995); and DFARS 252.225-7000, Buy American Act-Balance Of Payments Program Certificate, (April 2003). Clauses and provisions may be accessed via the Internet, http://farsite.hill.af.mil or http://www.arnet.far.gov. Basis for Award: This is a competitive best value acquisition utilizing simplified procedures authorized by FAR 13.5, "Test Program for Certain Commercial Items." For quotations determined technically acceptable, a best value selection based on price and past performance will be made. An offeror will be determined technically acceptable if no exception is taken to the specifications and requirements of the RFQ. Award will be based on both price and past performance. Each offeror's quoted price will be evaluated for reasonableness. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes. Past performance will be evaluated based on relevancy (size/scope/complexity), quality of product/service, timeliness of delivery/performance and business relations (customer service). To be considered for award an offeror must have a satisfactory or better past performance record based upon information available to the contracting officer and offer a reasonable price. The offeror must provide 2 references for recent (within 1-year), relevant and similar products and service. Award may be made to other than the low offeror when, after evaluating past performance, the contracting officer determines it to be in the government's best interest. The FAR clause, 52.212-4, Contract Terms and Conditions--Commercial Items, (Feb 2002) applies to this acquisition and is amended to add the following clause: 52.204-4, Printed on Copied Double-Sided or Recycled Paper (Aug 2000). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercials Items, (Jun 2003) applies to acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995); 52.219-6, Notice of Total Small Business Set Aside, (June 2003); 52.219-8, Utilization of Small Business Concerns (Oct 2000); 52.219-14, Limitations on Subcontracting, (Dec 1996); 52.222-3, Convict Labor, (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies, (Sep 2002); 52.222-21, Prohibition of Segregated Facilities, (Feb 1999); 52.222-26, Equal Opportunity, (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities, (Jun 1998); 52.222-37, Employment Reports on Special Disables Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (Dec 2001); 52.225-13, Restriction on Certain Foreign Purchases, (June 2003); 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, (May 1999); and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels, (Apr 2003). DFARS 252.212-7001, Contract terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3, Gratuities (Apr 1984); 252.225-7012, Preference for Certain Domestic Commodities, (Feb 2003); 252.225-7001, Buy American Act and Balance of Payments Program, (Apr 2003); 252.225-7012, Preference for Certain Domestic Commodities, (Feb 2003) 252.232-7003, Electronic Submission of Payment Requests, (Mar 2003)252.247-7023, Transportation of Supplies by Sea, (May 2002). The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); and 252.204-7004, Required Central Contractor Registration (CCR), (Nov 2001). CCR can be obtained by accessing the Internet, http://www.ccr.gov or calling 1-888-227-2423. Quotes are due by 1:00pm central standard time, 26 September 2003. Responses to this RFQ must be received via fax or USPS by the stated response time at the 42nd Contracting Squadron, 50 LeMay Plaza South, Maxwell AFB, AL, 36112. Quotes should be marked with the reference number. Vendors not registered in the Central Contractor Registration (CCR) database prior to award will be ineligible for award. If you have any questions, please contact the 42d Contracting Squadron, Maxwell AFB, AL by call the contract specialist, Lt. Michael Verbitski, (334) 953-8083 or the Contracting Officer, Mrs. Barbara Dobbins, (334) 953-6776.
 
Place of Performance
Address: HQ/AU, Maxwell AFB, AL
Zip Code: 36112
Country: USA
 
Record
SN00438054-W 20030921/030919213114 (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.