Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2008 FBO #2463
DOCUMENT

99 -- LED SIGN - FAR Provision 52.212-3

Notice Date
8/22/2008
 
Notice Type
FAR Provision 52.212-3
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-08-053-REL
 
Archive Date
10/4/2008
 
Point of Contact
Rita E Langager, Phone: 406.247.7293
 
E-Mail Address
rita.langager@ihs.gov
 
Small Business Set-Aside
N/A
 
Description
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 procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b) and FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a fixed-price commercial item contract in response to Request for Quotation (RFQ)-10-08-053-REL. The solicitation is restricted to 100% Small Business concerns. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The associated North American Industry Classification System code is 339950 and the small business size standard is 500 employees. As provided in the solicitation provisions offerors are authorized to submit alternate proposals for satisfying the requirements of the RFQ. PRICE SCHEDULE FOR L.E.D. SIGN - 1 JOB @ $________________. PURPOSE OF THE CONTRACT: The purpose of this contract is to replace the LED sign at the Northern Cheyenne Service Unit, PHS Indian Health Center, Lame Deer, Montana. SPECIFICATIONS: Replace the existing Daktronics 3010 - 16 x 64 LED Sign located on the east side of the Lame Deer Health Center. Install a new 2X (double sided), 3400 Series, 24"x 64" matrix RGB LED Display Board. "Or EQUAL" items are acceptable for this acquisition. The existing signed is to be removed and placed in a locale designated by the Project Owner. The project is to include the end connections of the fiber optic wiring at the LED sign and Facility Manager's office. The existing time/temperature sensor will be removed at the sign location and replaced with a new model/type as designated by the Project Officer. A new Venus 1500 Operating Software will be installed on the computer system within the Facility Manager's office and a copy of the software will be left on-site at the Lame Deer Health Center. An on-site training must be provided on the operation of the new sign, sensors, and software. A 5 year warranty must be included on all materials and labor. A copy of the operating manuals, submittals, and as-builts must be delivered to the Facility Manager. All demolition, sign removal, patchwork, material clean-up, material storage, software/hardware installation, sign installation, training, and warranty work will be the responsibility of the contractor. PERIOD OF PERFORMANCE: 60 days. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: The Contracting Officer shall designate a Project Officer, in writing, at time of award. The Project Officer shall be responsible for: (1) Monitoring the Contractors technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the Project Officer. The Contractor agrees to include the following information on each invoice: (1) Contractors name, address and telephone number; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Date services were provided; and (6) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where federally funded children's services are provided. AWARD DECISION: The Government will award a contract, resulting from this solicitation, to the responsible offeror whose offer conforming to the solicitation represents the best value to the Government, price and other price related factors considered. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-9, 52.211-6, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.223-5, 52.223-6, 52.228-5, 52.229-3, 52.232-18, 52.237-1, 52.237-2, 52.242-15, 52.242-17, 352.202-1, 352.215-1, 352.215-70, 352.223-70, 352.224-70, 352.232-9, 352.270-2, 352.270-6, 352.270-7, 352.270-10, 352.270-12, 352.270-13, 352.270-16, and 352.270-19. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at http://www.arnet.gov and http://www.hhs.gov/oamp/policies/hssar.doc. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall submit a completed copy of FAR 52.212-3 with its offer. Contractors intending to conduct business with the Federal Government must register with the Department of Defense Central Contractor Registration (CCR) database prior to award. The CCR is the primary Government repository, which retains information on Government contractors. You may register via the Internet at http://www.ccr.gov or by calling (888) 227-2423 or (269) 961-5757. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 2:00 p.m., on September 19, 2008. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company name and address. Offers will also be accepted by e-mail at Rita.Lan g ager@ihs.gov or by fax at (406) 247-7108. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 60 days from the date of receipt by the Government.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=26c5de7ec52e6f5773cb2bd85493596f&tab=core&_cview=1)
 
Document(s)
FAR Provision 52.212-3
 
File Name: FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items (JUN 2008) that must be completed and submitted with quote. (52212 3.JUN 2008.doc)
Link: https://www.fbo.gov//utils/view?id=8ae37b12c2532dd42633a66020b23d77
Bytes: 112.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01648361-W 20080824/080822221703-26c5de7ec52e6f5773cb2bd85493596f (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.