|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 19,1996 PSA#1661Department of the Treasury (DY) - US Customs Service, Field Procurement
Svcs. Group, 6026 Lakeside Blvd., Indianapolis IN 46278 58 -- PURCHASE OF A REMOTE CONTROLLED VARIABLE MESSAGE SIGN FOR
TRAFFIC DIRECTION OVER 24 LANES AT THE PORT OF SAN YSIDRO, CALIFORNIA
SOL CS-I-96-026 DUE 090696 POC William L. Mynatt, (317) 298-1180,
X1270, Contracting Officer, Lee Sullivan, 317-298-1180, X1119. This is
a combined synopsis/solicitation for commercial items, prepared in
accordance with the format in Federal Acquisition Regulation (FAR)
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. This solicitation CS-I-96-026 is issued as a request for
proposal, and incorporates provisions and clauses that are in effect
through Federal Acquisition Circular 90-39. The standard industrial
classification code is 3669, with a small business standard of 750
employees. This solicitation is for one contract line item number 0001,
Sign, Variable Message System (VMS), 1 each. The offeror's firm
fixed-price proposal shall include the price and delivery of the VMS.
The VMS shall be provided in accordance with this notice and the
Statement of Work (SOW) addenda to this solicitation. Please note, all
interested offerors must call (317) 298-1180, extension 1119 for the
SOW addenda; or FAX a request to (317) 298-1344, attention Lee
Sullivan, citing solicitation number CS-I-96-026. Please include your
company's complete name, address, including zip code, contact point,
telephone and FAX number on the request. This requirement is for
providing a remote controlled VMS system to be used in an outdoor
environment at the United States Customs Service San Ysidro Port of
Entry, San Ysidro, California. The purpose of this remote control sign
system is to provide motorists entering the United States with general
information on Customs rules, regulations and policies, as well as
providing motorists with advanced information of traffic conditions, to
include, but not limited to lane closures, accidents, maintenance work
and roadway conditions at a location where there is sufficient time
for motorists to decide upon the possibility of alternate routes to
avoid traffic congestion. The VMS system shall be operable from a
central control center, a remote location, and locally at the sign.
Information shall be displayed on the sign in either an automatically
sequencing mode or in a static mode, with the frequency, duration and
content of the displayed messages under the control of an operator at
any of the above specified locations, (central control center, remote
location, or locally at the sign). Major features of the sign shall
include: (1) Modular panels with full horizontal and vertical matrix of
high output amber LED's or FIBER OPTICS enhanced FLIP DISK PIXELS. (2)
Times Roman (or equivalent) proportional spaced font. (3) Capability
of generating special character fonts, as used in the International
Phonetic Alphabet, to support the Spanish language. (4) Ability to
display a minimum of 150, 18 inch high characters, over four (4) lines.
(5) Ability to program, store and access up to 100, 250 character
messages, in both English and Spanish. (6) Ability to display, sequence
and toggle up to 10 messages in both English and Spanish. (7) Ability
to program message occurences by the seconds, minutes, hours, days,
weeks, months or year. (8) Provide amber LED's or FIBER OPTICS with a
viewing angle of not less than 22 degrees, horizontal, and 7 1/2
degrees, vertical, with a half power viewing cone of 35 degrees
horizontal and 12 degrees vertical. The sign is to be delivered by
December 31, 1996, FOB Destination to the U.S. Customs Service Port of
San Ysidro, 720 East San Ysidro Boulevard, San Ysidro, California
92073. Acceptance will also be at the Port of San Ysidro. The following
FAR provisions and clauses apply to this acquisition: FAR 52.212-1,
Instructions to Offerors-Commercial; FAR 52.212-2,
Evaluation-Commercial Items, with the following evaluation criteria
included in paragraph (a) of the provision: The Government will award
a contract to a technically acceptable, responsible offeror who
demonstrates acceptable past performance in quality of product or
service, timely performance/delivery schedule and overall customer
support, as well as at a fair and reasonable price. Each offeror shall
submit information on past performance, to include project or contract
title, contract number, contract type, total contract value, (including
options), Brief description of contract work, including the number of
locations served, two contact references, listing the name, title,
address and telephone number, a list of major subcontractors ($500,000
or more) and any major problems/corrective actions, if any. Also,
include any quality certifications/awards. FAR 52.212-3, Offeror
Representations and Certifications-Commercial Items applies; Offerors
are advised to include a completed copy of this provision in their
proposal. This FAR 52.212-3 provision may be obtained from a public
library or by request from the contracting officer. FAR 52.212-4,
Contract Terms and Conditions-Commercial Items applies; FAR 52.212-5,
Contracts Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items applies, with the following
additional FAR clauses: FAR 52.203-6, Restrictions on Subcontractor
Sales to the Government, with Alternate I; FAR 52.203-10, Price or Fee
Adjustment for Illegal or Improper Activity; FAR 52.219-8, Utilization
of Small Business Concerns and Small Disadvantaged Business Concerns;
FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for
Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative
Action for Handicapped Workers; FAR 52.222-37, Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era; and FAR
52.225-3, Buy American Act--Supplies; Offers are due to the Contracting
Officer on September 6, 1996, (not later than 4:00 p.m., local time),
at the U.S. Customs Service, Field Procurement Services Group, 6026
Lakeside Boulevard, Indianapolis, Indiana 46278. The following clause
is added to the solicitation by addenda: Treasury Acquisition
Procurement Regulation 1046.673, Inspection, Acceptance, and Receiving
Reports. In responding to this request for proposal, each offeror
shall use the SOW addenda for the basis in demonstrating technical
acceptability. Each paragraph in the SOW shall be addressed to show
technical acceptance. In those instances where technical data sheets
are provided to show acceptability, the specific citation must be
referenced to show applicability to the SOW. Proposal responses shall
follow the SOW paragraphs. All offerors shall identify any areas of the
requirement that they do not comply with. All responsible sources may
submit an offer which shall be considered by the agency (0228) Loren Data Corp. http://www.ld.com (SYN# 0216 19960816\58-0002.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|