SOLICITATION NOTICE
99 -- 99--99 - Entrance Sign Installation for Ojo Encino Day
- Notice Date
- 9/2/2020 11:25:09 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541430
— Graphic Design Services
- Contracting Office
- CENTRAL OFFICE RESTON VA 20191 USA
- ZIP Code
- 20191
- Solicitation Number
- 140A2320Q0444
- Response Due
- 9/9/2020 12:00:00 AM
- Archive Date
- 09/24/2020
- Point of Contact
- Johnson, Mary Jane
- E-Mail Address
-
maryjane.johnson@bia.gov
(maryjane.johnson@bia.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Amendment No.: 0001 is for solicitation no.: 140A2320Q0444 as follows: 1. To extend the response date to September 09, 2020 at 12:00 p.m. MT (Albuquerque, NM time). 2. To change the set aside to small businesses. ALL OTHER TERMS AND CONDTIONS TO REMAIN THE SAME AND IN FULL FORCE EFFECT. The Bureau of Indian Affairs (BIA) is soliciting offers to procure entrance sign installation for Ojo Encino Day School, in Ojo Encino, NM. 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; quotes are being requested and a written solicitation will not be issued. Solicitation No. 140A2320Q0444 herein cited is issued as a Request for Quote (RFQ) and will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020 08. The solicitation is set aside for Small Business Contractor shall provide all labor, materials, supervision and incidentals necessary to install the entrance sign to the Ojo Encino School. TO include the following: 4'X8' DOUBLE SIDED TEKSTAR 24X 112 FULL COLOR WITH 12"" DEEP, HINGED EXTRUDED ALUMINUM CABINET AND THERMOFORMED MAKROLON SL FACES. Decorated on inside Surface with 3M vinyl Graphics. LED communication Method: short-range wireless; connectivity requires line-of-sight between sign antenna and wireless device antenna. Sign-on command cloud based software included and lifetime of product: Mount Style: Dual leg munt size width; 2ft 8 in Leg Height; 12ft 0 in. Overall Height 16ft 0in. Custom Art work for text, Graphics, and layout; ID cabinet Burgundy, Mount: Burgundy, Draft: White Installation included. Electrical hookup to include: Horizontal LED Illumination Package for a 2` x 8` Cabinet LED Communication Method: Short-range Wireless; connectivity requires line-of-sight between sign antenna and wireless device antenna mounted on building by customer. Maximum distance of 1,500 feet* between antennas. One 20 Amp Circuit, 120 Volts; Max Draw: 7.44 Amps SignCommand.com Cloud-Based Software Included for Lifetime of Product. Structural Details: Mount Style: Dual Leg Mount, Customized Mount Size: Leg Width: 2 Ft 8 In Minimum Wind Load Rating: 120mph, Exposure B. Cowling (Creates Pedestal Appearance) Leg Height: 12 Ft 0 In, Overall Sign Height: 16 Ft 0 In Please see the attached Sign dimension. All or NONE - Submit your quote as follows: 1. Sign and materials: $__________ 2. Installation $ __________ 3. Freight & Delivery: $________ 4. Applicable taxes $ _____________. (Navajo Nation Tax and New Mexico Tax) TOTAL: $ _______________ Note: Period of performance of 45 Days (Include lead time for supplies). Award shall be made to the offeror whose offer responds to all line items included in the solicitation. Failure to provide for any item shall render the offer nonresponsive and will be rejected. Incomplete offers will not be considered. Award will be made on an ALL or NONE BASIS. CONTRACT CLAUSES: The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (a) of FAR 52.212-5 the following applies: FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L.108-77, 108-78). In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.225-1 Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332); and FAR 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). FAR clauses are herein incorporated as follows: FAR 52.232-18, Availability of Funds (April 1984); FAR 1452.204-70, Release of Claims � Department of the Interior; and FAR 52.211-6, Brand Name or Equal. The Federal Acquisition Regulations clauses and provisions are available on the Internet at: http://www.arnet.gov/far or may be requested from the Contracting Officer. The following clauses apply to this solicitation: 1452.226-70 Indian Preference; 1452.226-71 Indian Preference Program; 1452.280-1 Notice of Indian small business economic enterprise set-aside; 1452.280-2 Notice of Indian economic enterprise set-aside; 1452.280-3 Subcontracting limitations; 1452.280-4 Indian economic enterprise representation; and 1480.102 Buy Indian Act acquisition regulations. Signed and dated quotes, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items and DIAR 1452.280-4, are due at the Bureau of Indian Affairs, Division of Acquisition, Attention: Mary Jane Johnson by September 09, 2020 @ 12:00 PM Mountain Time. Quotes shall be submitted by email to Mary Jane Johnson. Any further questions regarding this announcement may be directed to Mary Jane Johnson, Contracting Officer, at (505) 563-3305 or by email at maryjane.johnson@bia.gov. All contractors submitting offers must be registered in SAM Registration to received awards from the Federal Government pursuant to FAR 52.204-7. To register or learn more about SAM, go to: http://www.sam.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/39a3410b9a0c4822ba299a6ddec0e56b/view)
- Record
- SN05785080-F 20200904/200902230147 (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 |