SOLICITATION NOTICE
74 -- Provide and Install Marquees
- Notice Date
- 9/19/2007
- Notice Type
- Solicitation Notice
- NAICS
- 339950
— Sign Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 16th CON - Hurlburt, 350 Tully Street, Hurlburt Field, FL, 32544-5810, UNITED STATES
- ZIP Code
- 32544-5810
- Solicitation Number
- Reference-Number-F2F3027215A001Sink
- Response Due
- 9/25/2007
- Archive Date
- 10/10/2007
- Point of Contact
- Justin Sink, Contract Specialist, Phone 850-884-5373, Fax 850-884-2041, - Benjamin Stoeser, Contracting Officer, Phone (850) 884-1271, Fax (850) 884-2041,
- E-Mail Address
-
justin.sink@hurlburt.af.mil, benjamin.stoeser@hurlburt.af.mil
- 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. The solicitation number for this procurement is F2F3027215A001Sink and is issued as Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-20, Defense Acquisition Circular (DAC) 91-13 correction, DFARS Change Notice (DCN) 20070828, and Air Force Acquisition Circular (AFAC) 2007-0823. This solicitation will be issued unrestricted. The North American Industry Classification System is 339950. The size standard is 500 employees. The BID SCHEDULE shall be for: LINE ITEM 0001 ? STATEMENT OF WORK FOR MARQUEE REPLACEMENT 1. Two (2) double sided (4 single) full color LED signs mounted on existing platforms. The two marquees are placed back to back and two are placed at a ?V? angle. Include a 5 year warranty for parts, labor, and onsite maintenance. Repair turn around time shall be for 72 hours or less. New marquees shall be 6 Feet high by 12 feet wide. 2. Removal of existing signs and installation on existing platforms is the responsibility of the contractor and should be included in the quote. The Government shall provide an electrician to tie-in-power. The old signs shall remain the property of Hurlburt Field and shall be removed in a manner in which they can be re-installed. 3. Software provided shall be Windows compatible and capable of incorporating videos, pictures, and graphics. An onboard scheduler is required and must be capable of scheduling individual messages to run at different intervals. Additionally, there shall be an override option to place all running messages on hold for a specified period enabling a higher priority message(s) to run, then at the end of the specified period for the higher priority message(s), the originally scheduled lower priority messages should run automatically as previously scheduled without additional manual input by the operator. Software upgrades for a five (5) year period shall be included. Contractor shall provide software training and ensure the signs are fully operational upon installation. 4. Modem connection must be ISDN compatible with all necessary equipment included in the quote to enable the user to upload to marquees from a pre-existing PC. 5. Quote should be valid through 30 September 2007. A. A Site Visit is scheduled as follows: Date: 21 September 2007 Time: 10:00 A.M., Central Time Location: 1 Special Operations Contracting Squadron 350 Tully Street, Building 90339 Large Conference Room Hurlburt Field, FL 32544-5810 B. You are requested to submit your request for attendance to A1C Justin Sink by email at justin.sink@hurlburt.af.mil NO LATER THAN 20 September 2007, 4:30 p.m. (Central Standard Time), so that we can make arrangements for access to the installation. DELIVERY: Shall be delivered to Hurlburt Field AFB, FL 32544. FOB POINT: Destination price must include shipping. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: (1) TO HAVE A QUOTE CONSIDERED FOR AWARD ALL VENDERS MUST PROVIDE MANUFACTURER, PART NUMBER, AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS FOR EVALUATION FOR ?OR EQUAL? , NO EXCEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A NON RESPONSIVE BID AND REMOVAL FROM AWARD CONSIDERATION. (2)WARRANTY AND TECHNICAL SUPPORT INFORMATION IS REQUIRED. SOLICITATION NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME; ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the Best Value offer based on technical acceptability as ?or equal?, and price. When combined technical acceptability and price are approximately equal. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR registration requirements may be viewed via the internet at http://www.ccr.gov/ or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER. The following listed FAR clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the internet at http://farsite.hill.af.mil/. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). Pursuant to FAR Clause 52.212-5 (deviation) the following clauses are hereby incorporated by reference: FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Representation; FAR 52.222-3 Convict Labor (E.O. 11755); 52.222-19 Cooperation With Authorities and Remedies; FAR52.222-21 Prohibition of Segregated Facilities; FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759); FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.225-3, Buy American Act-Supplies (41 U.S.C. 10); FAR 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U.S.C. 10, pub.L.103-187); FAR 52.247-64, Preference for Privately Owned U.S- Flag Commercial Vessels (46 U.S.C. 1241); FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.252-2 Clauses incorporated by reference; FAR 52.252-6 Authorized deviations in clauses; DFARS 252.212-7001(dev) Contract terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items. The following FAR Clauses apply FAR 52.211-6 Brand Name or Equal. AFFARS 5352.201-9101Ombudsman. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 1 SPECIAL OPERATIONS CONTRACTING SQUADRON LOCATED AT 350 TULLY SR, HURLBURT FIELD AFB, FL 32544 NO LATER THAN 2:00 P.M. CDT ON Monday, 26 September 2007. MULTIPLE AWARDS WILL NOT BE MADE FROM THIS COMBINED SYNOPSIS/SOLICITATION. FACSIMILE OFFERS WILL NOT BE ACCEPTED. ELECTRONIC MAIL WILL BE ACCEPTED. If you have a GSA or VA schedule for this item please provide it on your quote. Contracting Officer: Benjamin Stoeser Phone: (850) 884-1271. The point of contact for this solicitation is A1C Justin Sink Phone: (850) 884-1270 Email: justin.sink@hurlburt.af.mil NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFSOC/16CS/Reference-Number-F2F3027215A001Sink/listing.html)
- Place of Performance
- Address: Hurlburt Field, FL
- Zip Code: 32544
- Country: UNITED STATES
- Zip Code: 32544
- Record
- SN01412008-F 20070921/070920093025 (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 |