MODIFICATION
63 -- Single Faced, LED, Message Center
- Notice Date
- 6/14/2004
- Notice Type
- Modification
- NAICS
- 339950
— Sign Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 92nd CONS, 110 West ENT Suite 200, Fairchild AFB, WA, 99011-9403
- ZIP Code
- 99011-9403
- Solicitation Number
- FA4620-04-Q-B015
- Response Due
- 6/21/2004
- Archive Date
- 7/6/2004
- Point of Contact
- Richard Hedrick, Contract Specialist, Phone 509 247-5767, Fax 509 247-8685,
- E-Mail Address
-
richard.hedrick@fairchild.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 Subpart 12.6 of the FAR, 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. The solicitation number, FA4620-04-Q-B015, is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07. The North American Industry Classification System Code is 339950. The Small Business size standard is 500 employees. This project is 100% Set-Aside for Small Business Concerns. Unit Small Business Director is Marion E. Nelson, 509-247-4880; link to USAF Small Business, http://www.selltoairforce.org; link to SBA, http://sba.gov, link to unit public information, http://www.fairchild.af.mil.lgcons. This requirement is for the acquisition of one electronic message display sign, to replace the existing sign located at Base Operations, Building -1, Fairchild AFB, WA. The vendor shall furnish to the government and install one (1) single-faced LED message center, as provided for in UFC 3-120-01, Paragraph 7.4.4, Electronic Messaging, consisting of 24 x 96 pixels, or conforming to USAF standard 4 Ft X 10 Ft. formats. Display shall incorporate a 32,000 full-color display, variable character sizes between nine inches and 31 inches, with up to three lines of copy. Equipment shall include all necessary communications components allowing for control and networking of multiple displays on the base network from different workstations. Vendor shall furnish, with a multiple-station license, software compatible with Windows 2000 Professional and Windows XP Professional platforms. All software and hardware shall be subject to approval by 92 CS Network Management to ensure compatibility and security of the base network. Vendor shall remove and preserve the existing electronic message display for delivery to the government. All required modifications to the existing sign structure, associated fees and utility locate costs shall be included in the vendor?s proposal. Vendor shall provide on-site operational training to Airfield Management and 92 ARW Protocol representatives at no additional cost. Vendor?s proposal shall include a standard parts and labor warranty. Delivery and installation is required no later than 19 July 2004 and user training is required no later than 23 July 2004. The following Provisions and Clauses apply to this announcement: FAR 52.212-1, Instruction to Offerors--Commercial Items (Oct 2000); FAR 52.212-2, Evaluation--Commercial Items (Jan 1999). The Government will award a contract resulting from this RFQ to the offeror whose offer conforms to the solicitation and provides the lowest total price. FAR 52.211-6 Brand Name or Equal (Aug 1999), FAR 52.209-6 Protecting the Government?s Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Jul 195), FAR 52.212-3, Representations and Certifications?Commercial Items (Jun 2003) with its alternates I (Apr 2002) and II (Oct 2000); FAR 52.212-4, Contract Terms and Conditions?Commercial Items (Feb 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Jun 2003); under paragraph (b) the following clause are incorporate: (13) 52.222-3, Convict Labor (June 2003)(E.O. 11755), (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sep 2002)(E.O. 13126), (15) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (16) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246), (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), (18) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), (24) 52.225-13, Restrictions on Certain Foreign Purchases and the DEVIATION (JUNE 2003), (29) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (May 1999)(U.S.C. 3332). DFARS 252.204-7004, Required Central Contractor Registration (Nov 2001) [Note: Lack of registration in the Central Contractor Registration (CCR), www.ccr.gov will make an offeror ineligible for award]. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2003). DFARS 252.225-7036 Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program (APR 2003). DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (MAR 2003). AF FARS 5352.242-9000, Contractor Access to Air Force Installations (May 1996) applies. ADDITIONAL REQUIREMENTS: Invoicing and payments must be made utilizing the Wide Area Workflow-Receipt and Acceptance program https://wawf.eb.mil. Background Checks for Contractor Personnel Requiring Entry/Access to Installations/Locations This is a multi page requirement that must be completed before work can be completed on a military installation. Please contact Richard Hedrick at (509) 247-8685, or E-mail Richard.Hedrick@fairchild.af.mil for a copy of the required forms and instruction package. A site visit will be conducted on 14 June 2004 at 9:00 AM, contact Mr. Hedrick to attend. Signed quotations are due 21 June 2004 by 4:00 p.m. Pacific Standard Time. Offerors are to include literature describing the product they will be installing. Faxed or E-mailed quotations are allowed and will be considered. Quotes may be faxed, in accordance with FAR 52.214-31, Facsimile Bids (Dec 1989) to Attn: Richard Hedrick at (509) 247-8685, E-mailed to Richard.Hedrick@fairchild.af.mil or mailed to 110 W. Ent St. Suite 200, Fairchild AFB, WA 99011-9403. Submit quotations in accordance with FAR 52.212-1 and include the following items: 1) Price and 2) Completed FAR 52.212-3 Representations and Certifications, with Alternates I and II (accessible at the Air Force FAR site http://farsite.hill.af.mil.) The anticipated award date is 2 July 2004. Point of Contact Richard Hedrick, Contract Specialist. Phone (509) 247-5767, E-mail Richard.Hedrick@fairchild.af.mil or Bruce Price, Contracting Officer, Phone (509) 247-4869, E-mail Bruce.Price-02@fairchild.af.mil. Place of Performance Fairchild AFB, Washington
- Place of Performance
- Address: Base Operations, Building -1, Fairchild AFB, WA.
- Zip Code: 99011
- Country: USA
- Zip Code: 99011
- Record
- SN00602944-W 20040616/040614212016 (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 |