Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2018 FBO #6132
MODIFICATION

70 -- Mobile LED Display Signs

Notice Date
9/5/2018
 
Notice Type
Modification/Amendment
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N6339418T0136
 
Archive Date
9/25/2018
 
Point of Contact
Christopher T. Seto,
 
E-Mail Address
christopher.seto@navy.mil
(christopher.seto@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Document Type: Combined Synopsis/Solicitation Solicitation Number: N6339418T0136 Posted Date: 28 August 2018 Set Aside: 100% Small Business Set Aside NAICS Code: 339950 Contracting Office Address: Naval Surface Warfare Center Port Hueneme Division (NSWC PHD) 4363 Missile Way Port Hueneme, CA 93043 Delivery Address: Naval Surface Warfare Center Port Hueneme Division (NSWC PHD) 4363 Missile Way, Building 435 Port Hueneme, CA 93043 DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. The solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100 and Defense Federal Acquisition Regulation Supplement (DFARS) Public Notice (DPN) 20180824. The associated North American Industrial Classification System (NAICS) code for this procurement is 339950, with a small business size standard of 500 employees. SALIENT CHARACTERISTICS: 6.67MM Full Color LED Sign or Equivalent; LED Pixel Matrix 252 x 432, Single/Double Sided: Single Face, Pixel Pitch:6MM, LED Cabinet Dimensions: 5'-6 3/16" x 9'-5 6/16", Active Viewing Area: 5'-6 3/16" x 9'-5 6/16", Specifications: LEDs/Pixel (3) 1R-1G-1B, Color Palette: 281 trillion colors, Color Processing: 16-bit Grayscale, Viewability: 160 degrees horizontal / 70 vertical, Graphic Capability: text, animations, video & picture, Display Dimming: 100 levels, Video Frame Rate: 60 frames per second, Average LED Life: 100,000 hrs, Cabinet Construction: Extruded aluminum, Weatherproofing (Front/Rear): IP65 / IP54, Manufacturing Quality Standard: ISO 9001, Operating Temp. / Humidity: ± -30°~140°F / ±10~90%, 5 year parts & factory labor warranty. Mobile Platform for Sign; Stabilizers/Dampeners to reduce wear on LED signs; Adjustable lift that raises sign up to 11 feet from ground; Turntable base with up to 90 degree rotation for 360 degree viewing; <GENERATOR REQUIREMENT REMOVED>; Aluminum construction; Double-axle design for balanced weight distribution and towing stability; Stanchions that extend on all four sides of trailer and provides 120 MPH wind-load compliance. MATERIAL DESCRIPTION: NSWC PHD is seeking to purchase mobile LED display signs: 0001 6.67MM Full Color LED Sign or Equivalent Quantity: 2 0002 Mobile Platform for Sign Quantity: 2 0003 Media Scaler Quantity: 2 0004 CAT5 and Armored Fiber Optic Cables Quantity: 2 0005 On-Site setup and training 0006 Shipping Charges The contractor shall deliver CLINs 0001 through 0005 to the delivery address stated above. APPLICABLE SOLICITATION PROVISIONS: FAR 52.204-7 System for Award Management. FAR 52.204-16 Commercial and Government Entity Code Reporting. FAR 52.204-17 Ownership or Control of Offeror. FAR 52.204-20 Predecessor of Offeror. FAR 52.204-22 Alternative Line Item Proposal. FAR 52-209-2 Prohibitions on Contracting with Inverted Domestic Corporations-Representation. FAR 52-209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.212-2 Evaluation-Commercial Items. FAR 52.219-1 Small Business Program Representations. FAR 52.222-22 Previous Contracts and Compliance Reports. FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification. FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification. FAR 52.225-18 Place of Manufacture. FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7004 Alternate A, System for Award Management. DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web Site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. APPLICABLE CONTRACT CLAUSES: FAR 52.204-13 System for Award Management Maintenance. FAR 52.204-18 Commercial and Government Entity Code Maintenance. FAR 52.204-19 Incorporation by Reference of Representations and Certification. FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.232-39 Unenforceability of Unauthorized Obligations. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-1 Disputes. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.243-1 Changes - Fixed Price. FAR 52.247-34 F.o.b. Destination. FAR 52.252-2 Clauses Incorporated by Reference. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 Wide Area Workflow Payment Instructions. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.244-7000 Subcontracts for Commercial Items. HQ G-2-0009 Supplemental Instructions Regarding Invoicing (NAVSEA)(APR 2015) The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.219-6 Notice of Total Small Business Set-Aside. FAR 52.219-28 Post Award Small Business Program Representation. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Equal Opportunity for Workers with Disabilities. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.223-33 Payment by Electronic Funds Transfer - System for Award Management. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim. DEFENSE PRIORITIES AND ALLOCATION SYSTEM: This is not a rated order under the Defense Priorities and Allocations System. OTHER INFORMATION: Submission of quotations shall be received no later than 10 September 2018, 13:00 PST. No hard copies of the solicitation will be mailed. Quotations must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (Christopher Seto) at christopher.seto@navy.mil with "N6339418T0136 - Mobile LED Display Signs" in the subject line. It is the responsibility of the offeror to submit offers to the POC at NSWC PHD by the closing date of 10 September 2018, 13:00 PST. No questions will be accepted after 4 September 2018, 17:00 PST. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of the interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. EVALUATION FACTORS FOR AWARD: Evaluation - Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: i) Price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) QUESTIONS: 1) Given the adjustable lift requirement, is the 11-foot maximum height specification measured to the bottom of the sign or does it represent the overall height of the display? Answer: The signs will be measured from grade level to the top of the sign (overall height of the display). 2) Are the display signs for indoor or outdoor use? Answer: Outdoor use.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N6339418T0136/listing.html)
 
Place of Performance
Address: Naval Surface Warfare Center Port Hueneme Division (NSWC PHD), 4363 Missile Way, Port Hueneme, California, 93043, United States
Zip Code: 93043
 
Record
SN05072626-W 20180907/180905230924-27f950a87fa7e4d8207ec57679e43b19 (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.