MODIFICATION
99 -- Community Center Signage
- Notice Date
- 8/31/2012
- Notice Type
- Modification/Amendment
- NAICS
- 339950
— Sign Manufacturing
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 354 CONS - Eielson, 2310 Central Ave, Eielson AFB, Alaska, 99702, United States
- ZIP Code
- 99702
- Solicitation Number
- F1U3S12206A002-Signs-Flowers
- Archive Date
- 9/22/2012
- Point of Contact
- Dominick J. Flowers, Phone: 9073773326
- E-Mail Address
-
dominick.flowers@us.af.mil
(dominick.flowers@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NOTE: Additional information and changes are indicated in bold *****NOTICE TO THE OFFEROR: In accordance with FAR 52.232-18, Availability of Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Your proposal must be valid through 30 September 2012 in order to be acceptable. Lastly, please provide a valid name, phone/mobile and email of the point of contact on your proposal.***** 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 solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for F1U3S12206A002-Signs-Flowers. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. This acquisition is 100% set-aside for Total Small Business. The associated NAICS code is 339950 with a 500 employees size standard. This RFQ contains 9 line items. The line item description is as follows: CLIN 0001- Graphic/Mural Panels: Custom graphic imagery per Eielson & PACAF. Interior Design on vinyl film with lamination (min..3mil thick). UV resistant Ink /Colorfast/Exterior rated. Overall Dimensions Approx. 10'W x 10'H x 1-1/2"D. Substrate: ¼"- 1/2" thick Sintra rigid panel. Trim: All hardwood (Birch/Maple) w/mitered corners; 1-1/2" x 1-1/2". French cleat hardware- ready to hang. Which reads, "Snack Area" (3 EA). CLIN 0002- Graphic/Mural Panels: Custom graphic imagery per Eielson & PACAF. Interior Design on vinyl film with lamination (min..3mil thick). UV resistant Ink/Colorfast/Exterior rated. Overall Dimensions Approx. 10'W x 16'H x 1-1/2"D. Substrate: ¼"- ½" thick Sintra rigid panel. Trim: All hardwood (Birch/Maple) w/mitered corners; 1-1/2" x 1-1/2". French cleat hardware - ready to hang. Which reads "Stairwell" (1 Pkg). CLIN 0003- Graphic/Mural Panels: Custom graphic imagery per Eielson & PACAF. Interior Design on vinyl film with lamination (min..3mil thick). UV resistant Ink/Colorfast/Exterior rated. Overall Dimensions Approx. 18'W x 10'H x 1-1/2"D. Substrate: ¼" - ½" thick Sintra rigid panel. Trim: All hardwood (Birch/Maple) w/mitered corners; 1-1/2" x 1-1/2". French cleat hardware - ready to hang. Which reads "Soft Steating Area" (4 EA). CLIN 0004- Graphic Film: Custom graphic imagery per Eielson & PACAF. Interior Design on vinyl film with lamination (min..3mil thick). UV resistant Ink/Colorfast/Exterior rated. Overall Dimensions Approx. 120'LF x 16'H x 1-1/2"D. Film to be applied to existing walls, columns, etc. Which reads, "Play Area South, Music Rooms, Offices" (1 Pkg). CLIN 0005- Graphic Film: Custom graphic imagery per Eielson & PACAF. Interior Design on vinyl film lamination (min..3mil thick). UV resistant Ink/Colorfast/Exterior rated. Overall Dimensions Approx. 30'LF x 16'H x 1-1/2"D. Film to be applied to existing walls, columns, etc. Which reads "Play Area North" (1 Pkg). CLIN 0006- Graphic/Mural Panels: Custom graphic imagery per Eielson & PACAF. Interior Design on vinyl film with lamination (min..3mil thick). UV resistant Ink /Colorfast/Exterior rated. Overall Dimensions Approx. 50'W x 8'H x 1-1/2"D. Substrate: ¼" - ½" thick Sintra rigid panel. Trim: All hardwood (Birch/Maple) w/mitered corners; 1-1/2" x 1-1/2". French cleat hardware- ready to hang. Which reads " Party Rooms" (2 EA). CLIN 0007-Graphic channel lettering (all anodized aluminum,.040 thk) on aluminum rails ("U" extrusion, 3/16"thk). Copy/Font per Eielson & PACAF Interior Design. LED backlighting w/j box for connection to electric supply. UV resistant/Colorfast/ Exterior rated. Overall Dimensions Approx. 30'W x 30'W x 14"D. Color/Finish: TBD. Provide all hardware- ready to hang. Which reads "Eielson Community Center" (1 Pkg). CLIN 0008- Freight. CLIN 0009- Installation. Note: The government will review the images submitted before approval The theme for each area as follows : CLIN 0001) Snack Area: Alaskan forest & mountain landscape CLIN 0002) Stairwell: Birch forest CLIN 0003) Soft Seating Area: Alaskan mountain scene CLIN 0004) Play Area, South: Alaskan waterfalls & streams CLIN 0005) Play Area, North: Alaskan fall forest scene CLIN 0006) Party Rooms: Jungle & underwater ocean scene with animals, fish, penguins, etc. CLIN 0007) Bldg. Frontage: "Eielson City Center" Technical Specs : All imagery will be full color, RGB/CMYK, minimum 300 DPI resolution. Inks utilized shall be UV resistant, colorfast, exterior rated with a thick vinyl lamination (min.3 mil thick). End Item Description. Submittal of "Or Equal" items are allowed under this solicitation. When quoting an "or equal" item, offeror must submit all descriptive literature, specifications, catalogs, etc., along with their quotation, necessary to meet the requirements of this solicitation to be eligible for award. FOB point is Destination. The required delivery date is 30 days ADC. PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.219-6, Notice of Total Small Business Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004, Alternate A, 5352.201-9101 Ombudsman, 5352.242-9000, Contractor Access to Air Force Installation. Addenda to FAR 52.212-5: The following additional clauses apply to this solicitation: FAR 52.233-2, Service of Protest: (a) Protest, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Team Lead Julia M. Waldo (addressed as follows) by obtaining written and dated acknowledgement of receipt from 354th Contracting Squadron, Attn: Julia M. Waldo, 2310 Central Ave, Building 2258, Eielson AFB, AK 99702. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All proposals must be faxed or emailed to POC Dominick Flowers at 354th CONS/LGCB, 2310 Central Ave, Building 2258, Eielson AFB, AK 99702. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror who's quote/offer represents the best value in terms of technical (capability of item(s) offered to meet the government need), price, and past performance, which will be most advantageous to the government. Quotes must be signed, dated and submitted by 7 September 2012, 4:00 pm, Alaska Standard Time (AST) to the 354th Contracting Squadron/LGCB, Attn: A1C Dominick Flowers., Contract Specialist, Commercial Phone 907-377-3508, Fax 907-377-2547, E-mail dominick.flowers@us.af.mil, LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). All contractors must be registered in the System for Award Management http://www.sam.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. NOTE: All contractors submitting a quote must verify that their quotes are recieved at 354th Contracting Squadron by contacting one or both of the point of contacts listed below. POINT OF CONTACT (POC-1)A1C Dominick Flowers, Contract Specialist, Phone 907-377-3508, Fax 907-377-2389, dominick.flowers@us.af.mil (POC-2)Julia M. Waldo, Contract Officer, Phone 907-377-6162, Fax 907-377-2389, julia.waldo@us.af.mil Email your questions to POC-1 or POC-2
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/354CONS/F1U3S12206A002-Signs-Flowers/listing.html)
- Place of Performance
- Address: Eielson AFB, Eielson AFB, Alaska, 99702, United States
- Zip Code: 99702
- Zip Code: 99702
- Record
- SN02864449-W 20120902/120831235845-66ec259813811dd6d0fcfcf463c9d047 (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 |