Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2003 FBO #0469
SOLICITATION NOTICE

99 -- Provide/install new address signs (some with posts) and remove existing signs

Notice Date
3/12/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS, 3112 Broadway Ave, Unit 5B, Eielson AFB, AK, 99702-1887
 
ZIP Code
99702-1887
 
Solicitation Number
Reference-Number-FQ5004303701
 
Response Due
3/26/2003
 
Point of Contact
Matthew Buchanan, Contract Administrator, Phone 907-377-3328, Fax 907-377-2389, - Charles Ferro, Contract Specialist, Phone 9073773328, Fax 9073772389,
 
E-Mail Address
matthew.buchanan@eielson.af.mil, charles.ferro@eielson.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, as supplemented with additional information included in this notice. Solicitation FQ5004303701 is hereby issued as a Request for Quote. This solicitation document and all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-06. This acquisition is 100% set-aside for small businesses under NAICS code 339950, which has a small business size standard of 500 employees. The requirement consists of the following, (CLIN #, Quantity and Unit of Issue, Description;) 1. Scope. Contractor shall provide and install signs used to identify the addresses of buildings located throughout Eielson AFB in accordance with the following specifications. Eielson AFB is in the process of assigning new physical addresses to nearly every building--work centers, maintenance shops, hangars, homes, and office buildings--on the base. To that end, nearly every building on the base shall be required to change existing address signage in favor of the new address. Requirements for this SOW include signs to be attached to buildings, signs to be attached to existing and contractor-provided signs posts, and self-adhesive signs to be attached to existing signs. Includes removal of existing signage. Performance period extends from 15 Mar 03 to 15 May 03. All signs must be installed and accepted by the government NLT 15 May 03, including any punch list items. Specifications. The contractor shall provide samples and submittals on all materials required in this SOW for approval. a. All signs, except self-adhesive signs, shall be made from aluminum at a thickness of 0.080. b. All signs shall be warranteed by the contractor against fading, delamination, and installation durability for a period of 5 years after installation. c. All signs, including self-adhesive signs, shall be white lettering on a dark brown background. d. Dark brown sheeting (see “c” above) shall be in the color of Hiway Brown or National Park Service Brown. e. The majority of signs ordered shall require prismatic reflective sheeting presenting a high coefficient of retro reflection. Reflectivity shall be visible through the dark brown layer. f. Approximately 15 percent of required signs, including some self-adhesive signs, shall be Engineer Grade sheeting in the same dark brown. g. All sign lettering shall be reverse die cut. Screening, painting, or stick-on letters are not acceptable. h. Sign lettering shall be Helvetica Medium or Helvetica Regular, with capitalization and lettering size verified at order. i. Signs shall be installed on exterior walls made of concrete, CMU, metal, or Dry-Vit, or on existing and contractor-provided 2” X 2” sign posts. Self-adhesive signs shall be installed on existing flat aluminum signage. j. Contractor-provided sign posts shall be 2” X 2” square perforated steel tubing, approximately 12 feet in total length, in the color of dark brown, and shall include suitable solid steel base. k. Method of installation shall be at the option of the contractor, however the installation method shall be durable, tamper and vandal proof, and shall match the color of the signs. For example, if rivets are used as a mounting method, the visible portion of the rivets shall be dark brown as well. l. Upon installation all signs shall be plumb and level at the correct height and be in the correct location. m. Specific address numbers, maps, samples, and other related information shall be provided to the contractor at award. The quantities and labor needed are listed below: 1. Provide and install aluminum signs, 900 EA. 2. Provide and install self-adhesive signs, 130 EA. 3. Labor hours to remove existing signs, 85 EA. 4. Provide and install new 2" X 2" sign posts, 10 EA. Evaluation of offers will be performed on the basis of price. The following clauses and provisions are hereby incorporated by reference: 52.212-1, Instructions to Offerors – Commercial Items; 52.212-3, Offeror Representations and Certifications -- Commercial Items; 52.212-3 (ALT III); 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items; 52.217-8 Option to Extend Service 52.217-9 Option to the Term of the Contract 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity;52.222-35, Equal Opportunity for Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans;52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41, Service Contract Act of 1965, as amended; 52.232-33, Payment by Electronic Funds Transfer - - Central Contractor Registration; 52.233-3, Protest After Award; 52.247-34, F.O.B. Destination; 52.253-1, Computer Generated Forms; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004, Required Central Contractor Registration; 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.225-7009, Duty Free Entry -- Qualifying Country Supplies (End Products and Components); 252.225-7036, Buy American — North American Free Trade Agreement; 252.225-7036, Alt I, Implementation Act – Balance of Payments Program; Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, along with its alternates I and III. Wage Determination # 94-2017 rev 26 applies to this procurement in full force and effect. Submit signed and dated quotes to 354 CONS/LGCB, by Fax to (907) 377 – 2389, by email to matthew.buchanan@eielson.af.mil, or by mail to 3112 Broadway Ave Unit 5B, Eielson AFB AK 99702-3112. Quotes must be received no later than 1630 (4:30pm) AST, 26 Mar 2003 to be considered for award. If any information regarding the solicitation is required, please contact Lt Matthew Buchanan in any of the above methods, or by telephone at (907) 377-3326. The Government reserves the right to award without discussions.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/PAF/354CONS/Reference-Number-FQ5004303701/listing.html)
 
Place of Performance
Address: 354 CES/CEOF Eielson AFB, AK
Zip Code: 99702
Country: USA
 
Record
SN00278352-F 20030314/030312221929 (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 |
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.