Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 21, 2013 FBO #4319
SOLICITATION NOTICE

99 -- Purchase/Install Marquee - Package #1

Notice Date
9/19/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
F1R0BE3248A001
 
Archive Date
10/11/2013
 
Point of Contact
Ryan Enos, Phone: 325-696-2360, Chad L. Koetter, Phone: 3256964626
 
E-Mail Address
ryan.enos@us.af.mil, chad.koetter@us.af.mil
(ryan.enos@us.af.mil, chad.koetter@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request For Quote Performance Work Statement This is a combined synopsis and solicitation for the following commercial items: CLIN 0001: Double Sided LED Marquee with approximate measurements of 5'6" H x 11' W (contractors are responsible for field verifying measurements). Each side of the marquee should be made up of a single panel screen, not separate panels fitted together. 140 Horizontal/70 Vertical viewing angles; 1.15 Quintillion Colors; capable of playing prerecorded video clips up to 30 FPS; animated text and graphics, (up to 8 lines of 7 tall characters); Brightness: Daytime 9,000 NITs Max./Night 750 NITs Max.; Temperature Sensor; Five Year Manufacturer's Parts Warranty to include a response time within 72 hours of warranty service request; Lifetime 1-800 or online technical support with certified service technician; Password Encrypted Broadband wireless communication included for first year. Provide training on all software involved in the operation of the marquee as well as provide any necessary software downloads. Please review all requirements in the attached Performance Work Statement. A site-visit will be held on Monday, 23 September 2013, at 2:00 pm (CST) to allow contractors the opportunity to verify all field measurements and better understand the requirement. Interested contractors will check in at the Visitor Control Center at the Main Gate entrance. Please call or email to notify the Contract Administer of attendance at 325-696-2360 or ryan.enos@us.af.mil. This synopsis and solicitation is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ). Submit written offers (oral offers will not be accepted), on RFQ F1R0BE3248A001. Quotes will be evaluated and an award will be made on the basis of the lowest evaluated price technically acceptable. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. All firms or individuals responding must be registered with the System for Award Management (SAM) IAW FAR 52.204-7. This procurement is being issued as a TOTAL SMALL BUSINESS SET-ASIDE. North American Industrial Classification Standard 339950, Size Standard 500 Employees, applies to this procurement. FOB: Destination for delivery to Marquee worksite, Arnold Blvd, DYESS AFB, TX 79607-1581. The provisions that apply to this solicitation are as follows: FAR 52.212-1, Instructions to Offerors--Commercial Items FAR 52.212-3, Offeror Representations and Certificates FAR 52.252-1, Solicitation Provisions Incorporated by Reference: This 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. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ The clauses that apply to this solicitation are as follows: FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items FAR 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ DFAR 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports AFFARS 5352.201-9101, OMBUDSMAN AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installations All questions pertaining to this requirement must be submitted and received no later than 2:00 p.m. (CST), 24 September 2013. All quotes must be faxed to 325-696-4078 attn: A1C Ryan Enos or via email to ryan.enos@us.af.mil. For any questions call 325-696-2360. Quotes are required to be received no later than 02:00 PM CST, Thursday, 26 September 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/7CONS/F1R0BE3248A001/listing.html)
 
Place of Performance
Address: Visitor Control Center at Main Gate, Dyess AFB, Texas, 79607, United States
Zip Code: 79607
 
Record
SN03195770-W 20130921/130920000201-d71418b1ebc3a9806ca5994a17cedd41 (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.