Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2010 FBO #3214
MODIFICATION

59 -- Combined Synopsis Solicitation Outdoor LED Marquee Displays at Hickam AFB, HI

Notice Date
9/10/2010
 
Notice Type
Modification/Amendment
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, Hawaii, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
F2C0HC0236A001
 
Archive Date
10/5/2010
 
Point of Contact
Casey A. Shaner, Phone: 8084482956
 
E-Mail Address
casey.shaner@hickam.af.mil
(casey.shaner@hickam.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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Contractor facility and performance of work shall be located on the island of Oahu, Hawaii. A site visit is mandatory to be considered for award. The site visit is scheduled for 14 September 10 at 1000hrs on Hickam AFB. To gain access to the base, the following is required by 13 September 2010 at 1200hrs: Full birth name, social security number, date of birth and nationality. (ii) This purchase request (PR) will be issued as a request for quotation (RFQ) under the following PR/solicitation number: F2C0HC0236A001, Hickam Chapel Outdoor Marquee's.. (iii) This PR and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular (FAC) 2001-05. (iv) This acquisition is set-aside 100% for small businesses in regards to size standards. The applicable NAICS is (339950), and the small business size standard is(500 Employees). (v) This RFQ contains 3 CLINS line item(s): 0001 Galaxy 20mm RGB Outdoor LED Matrix Display - 3500 series(2 sided) or equal 0002 Laptop Controller for signs 0003 Contractor shall provide all tools, equipment, personell, and transportation necessary to remove all existing displays and and mounts and install two new outdoor marquees at Hickam Chapel and Nelles Chapel on Hickam AFB, HI (vi): See Performance Work Statement(PWS) for a complete description of the requirement. (vii) The performance period will commence within 15 days of notification of award. Place of performance is Hickam AFB, HI. Acceptance will be performed by the Government. The FAR provision 52.212-1 (June 2008), Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (a) All quotes are due on or before 1300 hours Hawaii Standard Time (HST), Monday, 20 September 2010. Electronic quotes are preferred via email to casey.shaner@hickam.af.mil, or via facsimile at 808-448-2911 ATTN: SSgt Casey Shaner. Quotes must reference the solicitation number. (b) Central Contractor Registration (CCR). Offerors must be registered with the CCR database (http://www.ccr.gov) upon submission of request for quote (RFQ) to be considered responsive. If confirmation of CCR is not provided with the proposal submission by the closing date of the RFQ, the offer shall be considered nonresponsive and ineligible for contract award. (c) Wide Area Work Flow (WAWF). Offerors must be registered and active in WAWF (https://wawf.eb.mil) in order to submit invoices. If the offeror does not become registered in the WAWF database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. In accordance with (IAW) FAR 52.212-2, Evaluation - Commercial Items (January 1999), (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government - price and other factors considered. The following factors shall be used to evaluate offers for this service: award will be based upon the lowest price technically acceptable offer. Please submit a package outlining your technical capabilities. IAW 52.212-3 (Alt I), Offeror Representations and Certifications -- Commercial Items (August 2009), an offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and return along with the quotation. Additionally, Online Representations and Certifications (ORCA) is mandatory in lieu of Representations and Certifications in hard copy form. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010), applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (July 2010), is applicable to this procurement along with the following addenda: 52.219-6 Notice of Total Small Business Set-Aside (June 2003) 52.219-28 Post Award Small Business Program Representation (April 2009) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (February 1999) 52.222-26 Equal Opportunity (March 2007) 52.222-36 Affirmative Action for Workers with Disabilities (June 1998) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (October 2003) Additional contract terms and conditions - FAR references: 52.232-18 Availability of Funds (Apr 1984) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2010), with the following addenda: 252.225-7001 Buy American Act and Balance of Payments Program (January 2009) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (March 2008) IAW FAR 52.252-2 (February 1998), this combined synopsis/solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicitation may be accessed via the Internet at https://farsite.hill.af.mil. Performance Work Statement Outdoor LED Displays at Hickam Chapel and Nelles Chapel on Hickam AFB, HI 1. DESCRIPTION OF SERVICES. The contractor shall provide all management, tools, supplies, equipment and labor necessary to install two(2) Outdoor LED Matrix Display Marquees at Hickam Chapel and Nelles Chapel at Hickam AFB. 1.1. BASIC SERVICES. The contractor shall provide and install two(2) Outdoor LED Matrix Signs at two locations on Hickam AFB. The signs will be mounted to outdoor displays per the following specs. 1.1.1. Signs will be Brand name or equal to GalaxyPro® 20mm RGB Outdoor LED Matrix Display - GPR Series but must include the following specifications: GPR-64X112-20-RGB-2V RED, GREEN AND BLUE 20MM center -to-center 2-sided (Back-to-back) 4'10"H x 7'10"W x 12"D Hardwire Fiber or Cat5 EtherNet Direct Connect, cable not included Wireless Ethernet Bridge, WiFi or ClearWire service not included 2,120w; 18A/FACE @ 120VAC, 60 Hz (3 WIRE + GND) 1.1.2. Contractor shall provide factory-trained technician to inspect installation, connect data in displays, set-up displays with compatible software and provide local software familiarization. 1.1.3. Contractor shall remove all existing displays and and mounts. Any items removed will be disposed of by the Government. 1.1.4. Contractor shall affix signs to existing concrete marquee stands and provide all materials needed to properly modify stand to fit marquee. 2. GOVERNMENT FURNISHED PROPERTY AND SERVICES. All trenching and power source has been accomplished by 647 CES and all old signs and equipment will be disposed of by 647 ABG/HC through DRMO. 3. QUALITY ASSURANCE. The government will periodically evaluate the contractor's performance to ensure ongoing services meet with the government's satisfaction. Once work is accomplished on each marquee, a final quality assurance inspection of the completed work will be performed by 647 ABG/HC to ensure marquees meet Air Force standards. In the event the completed work does not meet government standards, the contractor will be responsible for correcting noted discrepancies at no additional cost to the government and with no delays in completing the work within the established time frame. 4. HOURS OF OPERATION. 0730-1630 hrs, Monday-Friday. Contracting Office Address: Department of the Air Force, Pacific Air Forces, 647 CONS - Hickam, 90 G Street, Hickam AFB, HI, 96853-5230, UNITED STATES Place of Performance: OAHU, HI 96853 Point of Contact(s): SSgt Casey Shaner, Contract Specialist, Phone 808-448-2956, Fax 808-448-2911, Email casey.shaner@hickam.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/15CONS/F2C0HC0236A001/listing.html)
 
Place of Performance
Address: Hickam AFB, Honolulu, Hawaii, 96853, United States
Zip Code: 96853
 
Record
SN02276659-W 20100912/100910235951-d5355af88bdef6c2a78eef9e61cb74f4 (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.