SOLICITATION NOTICE
58 -- Single Sided Outdoor LED Display Signs at Pueblo Chemical Depot, Colorado.
- Notice Date
- 4/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339950
— Sign Manufacturing
- Contracting Office
- Fort Carson DOC, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
- ZIP Code
- 80913-5198
- Solicitation Number
- W911RZ-10-T-0128
- Response Due
- 4/28/2010
- Archive Date
- 6/27/2010
- Point of Contact
- Karen La Bouff, 719-526-3841
- E-Mail Address
-
Fort Carson DOC
(karen.labouff@us.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned 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; proposals are being requested and a written solicitation will not be issued. 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. Solicitation Number W911RZ-10-T-0128. Fort Carson intends to award a Firm-Fixed-Price Contract for outdoor LED display signs. The North American Industrial Classification System (NAICS) code for this procurement is 339950 with a small business size standard of 500 employees. This requirement is a set aside of 100% for Service Disabled Veteran Owned Small Businesses (SDVOSBs). This solicitation will end on 28 April 2010, 12:00 p.m. Mountain Time. Quotes received after this time will not be considered. The Contractor shall propose the following Contract Line Item Numbers (CLINS): CLIN ItemPrice Per Number of Unit Units Total Amount 0001 Outdoor LED Display _________ x 2 = ____________ CLIN Item Cost Total Amount 0002 Shipping and Handling ___________ = ____________ CLIN Item Cost Total Amount 0003 Installation of one unit ___________ = ____________ (See Statement of Work below) Total Price ________________ STATEMENT OF WORK 1. SCOPE OF WORK. The contractor shall provide the single sided outdoor LED display sign and installation as prescribed in the Statement of Work. The delivery date for this requirement is 28 May 2010. The requirement to be provided shall be: 1. Single-sided outdoor LED display sign 2. Capable of displaying multiple lines of text as well as graphics and animation 3. Size of Display: 48 x 112 4. Size of Pixels: 23mm or better 5. Full color with 16 million colors or more 6. Ethernet access capable 7. Include all accompanying software 8. Installation 9. Product warranty Sign #1 Installation Instruction: Coordinate installation of sign with the Government POC to be provided after award. Old sign will need to be disconnected from 110v power supply. Unbolted from mount and lifted off mount placed in truck (bottom of sign will be about 7ft. above ground level). Government workers will haul old sign away. New sign will need to be lifted in place of the old sign and attached to mount. Attach power and LAN cable (government provided)to the new sign. Test new sign for proper connectivity and operation. Give instruction session / class on operation, use, maintenance and setup to government employees. Sign #2 Deliver sign to the delivery location. Government workers will install. Delivery location: Pueblo Chemical Depot 45825 Highway 96 East Pueblo, CO 81006 The following provisions and clauses will be in the contract and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation Commercial Items) (The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price technically acceptable and can also meet the delivery requirement of 28 May 2010 ), 52.204-7 (Central Contractor Registration), 52.212-4 (Contract Terms and Conditions Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items), 52.219-27 (Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside), 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-50 (Combat Trafficking in Persons), 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration), 52.247-34 (F.O.B Destination),52.252-2 (Clauses Incorporated by Reference), 252.204-7004 Alternate A (Central Contractor Registration), 252.211-7003 Alt I (Item Identification and Valuation),252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.225-7001 (Buy American Act and Balance of Payments), 252.232-7003 (Electronic Submission of Payment Requests), 252-225-7002 (Qualifying Sources as Subcontractors), 252.247-7023 Alt III (Transportation of Supplies By Sea). The Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation is the lowest price. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. The contractors attention is drawn to 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, paragraph e for requirements pertaining to the non-manufacturer rule. Telephone inquiries will not be accepted and all questions concerning this solicitation should be addressed to Karen Y. La Bouff, Contract Specialist via email to Karen.LaBouff@us.army.mil. All questions or inquires must be submitted in writing prior to 12:00 p.m. Mountain Time, 27 April 2010. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All responses must be received by 12:00 p.m. Mountain Time on 28 April 2010. Quotes received after this time will not be considered. Quotes may be e-mailed to Karen.LaBouff@us.army.mil. An official authorized to bind your company shall sign the quote. The contractor is required to submit a copy of FAR clause 52.212-3 with their quote. If ORCA has been completed, the contractor only needs to fill out section (b). The contractor is also required to submit a copy of 252.225-7000, Buy American Act-Balance of Payments Program Certificate.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a8710897e603b1f16b2b208bf67f8ece)
- Place of Performance
- Address: Pueblo Chemical Depot 45825 Highway 96 East Pueblo CO
- Zip Code: 81006
- Zip Code: 81006
- Record
- SN02127936-W 20100423/100421234617-a8710897e603b1f16b2b208bf67f8ece (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 |