Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2007 FBO #2106
SOLICITATION NOTICE

99 -- Recruiting Billboard Advertisement

Notice Date
8/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
541850 — Display Advertising
 
Contracting Office
144 FW/LGC, 5323 East McKinley Avenue, Fresno ANG Base, Fresno, CA 93727-2199
 
ZIP Code
93727-2199
 
Solicitation Number
W912LA-07-T-6013
 
Response Due
9/11/2007
 
Archive Date
11/10/2007
 
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. This announcement constitutes the only solicitation. Quotes a re being requested and a written solicitation will not be issued. Solicitation Number #: W912LA-07-T-6013 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect throughout Federal Acquisition Circular: 05-19. This combined Synopsis /Solicitation is set-aside 100% for small business. The NAICS code(s) is / are 541850. CLIN 0001: Highway Billboard Sign FFP QTY: 1 U/I: Each Billboard Sign to attract attention of new perspective members, Digital Art Specifications: ? inch = 1 ft- 0 inch scale layout of design (Example: A 12ft X 24ft bulletin at ?inch scale will be 3inches X 8inches) created in Adobe Illustrator and Adobe Phot oshop. All font files will be converted to paths in Adobe Illustrator, Bleed area will be 3.25inches X 8.25inches on scale design, Digital resolution at this scale will be at least 300 dpi, but no more than 600 dpi., Photoshop imports will be saved as (.e ps) or (.tif) CMYK images, Final product will be presented to contractor on CD/DVD as .ai and.eps file, There will be no physical extensions on bulletin, Finished product will be 12ft X 24ft. Digital Art Contact Information: SMSgt. Chris Drudge, Multime dia Manager, 144th Communications Flight, christopher.drudge@cafres.ang.af.mil & TSgt Cheryl Fitch, 144th Base Contracting Officer, cheryl.fitch@cafres.ang.af.mil, Size: 12ftH x 24ftW or 14ftH x 48ftW, Preferred Location: Fresno, California, Highway 99 be tween Adams and Herndon, No Rotation, With or Without Illumination, Display Time Frame: No less than 20 to 40 Weeks (it is preferable that the time duration be at least 40 weeks), or equal. PURCHASE REQUEST NUMBER: F6WJRC7212A004 DESIRED PERFORMANCE START: NLT 30 DAYS ADC DESIRED PERIOD OF PERFORMANCE: No less than 20 to 40 Weeks DELIVERY/PERFORMANCE LOCATION(S): FRESNO, CALIFORNIA The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.212-1, Instructions to Offerors  Commercial. The selected Offeror must submit a completed copy of the provision at 52.212-3 ALT I, Offeror Representations an d Certifications - Commercial Items, and 252.225-7000,Buy American ActBalance of Payments Program Certificate (Jun 2005). The following additional FAR Clauses are Incorporated by Full Text: 52.252-2, Clauses Incorporated by Reference (Feb 1998), 52.252-5, Authorized Deviations in Provisions (APR 1984), 52.252-6, Authorized Deviations in Clauses (APR 1984), 52.232-33, Payment by Electronic Funds Transfer  Central Contractor Registration, and 252.204-7006, Billing Instructions (Oct 2005). The following FAR Clauses in paragraph (b) of FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive OrdersCommercial Items (Mar 2007) (Deviation) shall apply (as applicable): 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52. 222-39, 52.222-41, and 52.247-64. The following DFARS Clauses in paragraph (a) of DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2007) shall apply (as applicable): 252.225-701 4, 252.237-7019, 252.247-7023 and 252.247-7024. The following FAR and DFARS Clauses are incorporated by reference: 52.204-7 Central Contractor Registration JUL 2006 52.211-6 Brand Name or Equal AUG 1999 52.212-1 Instructions to Offerors--Commercial Items SEP 2006 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.219-6 Notice Of Total Small Business Set-Aside JUN 2003 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2006 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-41 Service Contract Act Of 1965, As Amended JUL 2005 52.222-44 Fair Labor Standards And Service Contract Act - Price Adjustment FEB 2002 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-1 Site Visit APR 1984 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) APR 2007 252.225-7001 Buy American Act And Balance Of Payments Program JUN 2005 252.232-7003 Electronic Submission of Payment Requests MAR 2007 252.232-7010 Levies on Contract Payments DEC 2006 Please include the Delivery Time-Frame/Schedule, the company Payment Terms and Federal Tax ID Number. The full text of the above-mentioned FAR and DFARS clauses may be electronically accessed at http://farsite.hill.af.mil as per 52.252-2, Clauses Incorpor ated by Reference. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award will be made. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. POC for this award is TSgt Cheryl A. Fit ch at 559-454-5129. Please submit all questions or concerns in writing to Cheryl.fitch@cafres.ang.af.mil. All questions must be submitted NLT 7SEP 2007. Quotes can be faxed to 559-454-5118 or e-mailed to the above-mentioned addresses(s). Quotes will be considered late if not received by 11 SEP 2007 @ 1600 hrs.
 
Place of Performance
Address: 144 FW/LGC 5323 East McKinley Avenue, Fresno ANG Base Fresno CA
Zip Code: 93727-2199
Country: US
 
Record
SN01392390-W 20070902/070831221939 (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 |
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.