Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2024 SAM #8100
SOURCES SOUGHT

99 -- TRAILER MOUNTED ELECTRONIC MESSAGE BOARD SIGN (Brand Name or Equal)

Notice Date
1/29/2024 5:52:31 AM
 
Notice Type
Sources Sought
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25224Q0226
 
Response Due
2/2/2024 12:00:00 PM
 
Archive Date
03/03/2024
 
Point of Contact
Waymon McNeal, Contract Specialist, Phone: waymon.mcnealjr@va.gov
 
E-Mail Address
waymon.mcnealjr@va.gov
(waymon.mcnealjr@va.gov)
 
Awardee
null
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR QUOTE.   The NCO 12, Great Lakes Acquisition Center, 115 S. 84th Street, Suite 101, Milwaukee, WI 53214, is performing market research to determine if there is a sufficient number of qualified: (1) Service-Disabled Veteran Owned Small Business (SDVOSB); (2) Veteran Owned Small Business (VOSB); or (3) Small or emerging small business firms, or (4) Other Than Small business firms, to provide a Brand Name or Equal Trailer Mounted Electronic Message Sign to the Tomah VA Medical Center 500 E. Veterans Street Tomah, WI 54660-3105. Brand Name T333 CSN: 9905-407367 (PORTABLE CHANGEABLE MESSAGE SIGN) DESCRIPTION OF SUPPLIES/SERVICES Manufacturer Manufacturer Part No QTY. UNIT 1 SIGN, TRAILER MOUNTED, LED DISPLAY WITH FULL MATRIX 28 ROWSX50 COLUMNS, 1-4 LINE MESSAGES, GRAPHICS AND ANIMATIONS, 13""-53"" CHARACTERS, UP TO 10-12 CHARACTERS PER LINE, 11 FONT SIZES, MINIMUM 30-DAY BATTERY RUN TIME. TRAILER HAS RAISED HEIGHT OF 163.5"", STORAGE HEIGHT 107.5"", TONGUE LENGTH 159"", WIDTH 79.5"", SIGN CASE WIDTH/HEIGHT 137.5""X79.5"". SOLAR WARRANTY: 1 YEAR AMERICAN SIGNAL COMPANY AMS30065271 1 EA Equal General Requirements: Salient Characteristics: (Equal) Brand Name: CMS-T333 LED Portable Changeable Message Sign Capability to have 1, 2,3 and 4-line messages. Capability for up to 12-characters FULL matrix display to include letters and graphics. All LED lighting. Trailer-mounted Equipment shall be in the color of highway orange or yellow paint. Power supply shall have the option of using batteries 6-6 volt deep cycle to make a 12 volt system. Photocell shall automatically control lamp density appropriate to ambient conditions. Equipment shall have a solar charging system of at least 165 watts with continuous horizontal positioning of the panels. Solar charge shall include a regulator with charge indicator and a minimum of 30-day battery run time. Portable Message Board shall be at least 140 and no more than 86 for traveling position. All interested firms who can meet the requirements stated above should respond, in writing, INCLUDING ALL THE FOLLOWING: Company name. Address. Point of contact (name/title/telephone number/e-mail address). FSS / SEWP Contract number, if applicable. UIE number. Tax ID number. Indication of which business category (SDVOSB, VOSB, Small Business or Other Than Small Business) for which the organization qualifies. A capability statement that addresses the organizations qualifications and ability to provide the requirement depicted above. Documentation from manufacturer (i.e. correspondence from manufacturer) of your firm being an authorized distributor for the manufacturer.   Submit responses to the Contracting Specialist, Waymon McNeal, at Waymon.McNealjr@va.gov no later than 3:00 PM (Central Standard Time), 2 February 2024.   36C25224Q0226 MOUNTED ELECTRONIC MESSAGE SIGN shall be referenced on all correspondence regarding this announcement.     TELEPHONIC INQUIRIES WILL NOT BE ACCEPTED.   The NAICS Code 339950 Sign Manufacturing, is applicable to this acquisition; the size standard is 500 employees. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the Systems for Award Management (SAM) database prior to award of a contract. The Government will use responses to this notice to make an appropriate acquisition decision. This is the only notice; no other copies of this notice will be provided.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/03bbf0dba8ff4177acb650605c1ffff9/view)
 
Place of Performance
Address: Tomah VA Medical Center 500 E. Veterans Street, Tomah, WI 54660-3105, USA
Zip Code: 54660-3105
Country: USA
 
Record
SN06948726-F 20240131/240129230051 (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 |
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.