Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
MODIFICATION

58 -- LED Digital Display - Responses to Questions

Notice Date
8/11/2017
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-17-Q-3240
 
Archive Date
8/31/2017
 
Point of Contact
Teresa M. Michael, Phone: 4018325434
 
E-Mail Address
teresa.michael@navy.mil
(teresa.michael@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Responses to Questions and delivery schedule revision notice PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items 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 will be open for less than 30 days in accordance with FAR 5.203(b). Request for Quotation (RFQ) Number is N66604-17-Q-3240. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order for the purchase of one (1) custom LED digital display as specified below. CLIN Description Quantity 0001 •· Outdoor weatherproof 8 mm or 10 mm LED full color sign with a viewing area of 6' H x 10' W in a ventilated cabinet enclosure. •· Sign shall not require air conditioning. Ventilation must be via front or rear of display and shall not require filter. •· LED display shall be no less than 180 pixels high x 300 pixels wide. •· Sign shall be capable of displaying video at 30 frames per second (FPS) or better. •· Minimum brightness shall be 6,000 nits. •· Sign shall have surface mount diodes (SMD) for maximum reliability. •· LED's shall have a minimum lifetime of 100,000 hours. •· The input to the outdoor sign or associated external video processor must be either a Digital Visual Interface (DVI) or High Definition Multimedia Interface (HDMI) to accept video output from Government IA compliant NERDS media players. •· Sign shall not have any vendor proprietary software as it will be driven by the NERDS server/media player & software. •· LED sign shall not require any network connectivity. •· LED display shall have front or rear access for maintenance and repair. •· Power shall be 120VAC. 1 0002 Onsite technician services during the day of installation 8 hours The resultant contract will be a Firm Fixed Priced Contract. Required delivery for display, CLIN 0001, is 4-5 weeks after date of contract or sooner, F.O.B. Destination, Newport, RI 02841. Performance of onsite technician services, CLIN 0002, by 30 November 2017. Technician services to be scheduled on weekday date to be determined. Payment will be via Wide Area Workflow (WAWF). This procurement is a 100% small business set-aside as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334290; the Small Business Size Standard is 750 employees. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The Provisions at FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law, 52.212-1, Instructions to Offerors Commercial Items, and 52.212-3, Offeror Representations and Certifications Commercial Items, apply to this solicitation. Clauses 52.212-4, Contract Terms and Conditions Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, apply to this solicitation. The following addenda or additional terms and conditions apply. In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government's unit acquisition cost is $5,000.00 or more. Defense Priorities and Allocations Systems (DPAS) rating is DO-C9. Section 508 EIT Accessibility Standards are exempt from this requirement. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. Technically acceptable means the items quoted match the specifications and delivery schedule specified above. The Government will consider past performance information in accordance with DFARS provision 252.213-7000 where negative information within PPIRS may render a quote being deemed technically acceptable. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov Quotes shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. Quotes received after the closing date and time specified will be ineligible for award. Quotes shall be submitted electronically to Teresa Michael at teresa.michael@navy.mil and must be received on or before16 August 2017, 2:00PM EST. Offers received after the closing date are late and will not be considered for award
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-17-Q-3240/listing.html)
 
Record
SN04625718-W 20170813/170811232455-afa48914402c1f78b85e09ab9ff4dfcc (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  © 1994-2020, Loren Data Corp.