Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 14,1998 PSA#2136

General Services Administration, FSS, Schedules Contracting Div. (7FXG), 819 Taylor Street, Room 6A24 Fort Worth, Texas 76102-6195

99 -- SIGNS; DISPLAYS; IDENTIFICATION PRODUCTS; TRAFFIC CONTROL DEVICES; EXHIBIT SYSTEMS; AND RELATED PRODUCTS SOL 7FXG-H4-98-9912-B POC Randy Jones, Contracting Officer, Ph. 817-978-2792, Fax 817-978-4366 WEB: click here to download a copy of the solicitation, http://www.arnet.gov. E-MAIL: click here to contact the contracting officer via, randy.jones@gsa.gov. This notice supercedes the previous notice which did not contain issue dates for the Presolicitation Notice and Soliciation. A Presolicitation Notice is scheduled to issue on or about July 17, 1998 for the Solicitation scheduled to issue on or about July 31, 1998. This solicitation is a standing solicitation for Federal Supply Schedule FSC Group 99, Part IV, from which the Government contemplates award of contracts for supplies listed in the Schedule of Items covering 14 Special Item Numbers. The Schedule is replacing Schedule 99,IV,A. The Schedule title is Signs; Displays; Identification Products; Traffic Control Devices; Exhibit Systems; And Related Products. The Items are 366-11 Programmable signs, interactive directories, queuing systems, and related products; 366-12 Architectural/wayfinding signs, plaques, seals, and related products; 366-13 Site/facility identification signs, and related products; 366-14 Electrically operated or self illuminated emergency exit signs (other than glow-in-the-dark),retro-fit kits, and related products; 366-15 Vehicle signs, decals, placards, reflectors, tapes, and related products; 366-16 Markers, bands, plates, tags, seals, labels, tapes, posts, flags, ribbons, and related products; 366-17 Traffic signs, power operated traffic signals, beacons, and related products; 366-18 Traffic barricades, work zone products, object markers, pavement marking products, highway warning devices, rumble strips, speed bumps, parking stops/blocks, wheel chocks and related products; 366-19 Sign making systems, stencil making devices, bar code/label making systems, and related products; 366-20 Signs and identification products not identified above, not limited to Signs, blanks, kits, letters/numbers/symbols, stencils, posters, decals, labels, banners, flags, pennants, and related products; 366-21 Pedestrian guidance/crowd control devices and related products; 366-22 Trade show displays, exhibit systems, and related products; 366-80 Introduction of New Product(s) (INP); and 366-90 Ancillaryservices. The scope is expanded to include worldwide delivery. FOB Origin terms apply to the domestic scope, 50 United States, Washington D.C., and Puerto Rico. FOB Destination terms apply to all locations outside the domestic scope. Contact points for locations outside the domestic scope are mandatory in order to provide those locations with local assistance. This solicitation will remain in effect unless amended and/or replaced by an updated solicitation. There is no closing date for receipt of offers; therefore, offers may be submitted for consideration at any time during the life of this solicitation. Effective immediately, this Federal Supply Schedule period will be continuous, and will contain contracts with periods that commence on the first day of the month following award and expire five years (exclusive of any options) from the start date. All contracts under this Schedule will include an option to extend the term for an additional five years. Under this solicitation, the Government reserves the right to award multiple contracts for identical products (Brand and Model). All contracts will be indefinite delivery indefinite quantity contracts with $100 guaranteed minimum for the contract period. Various clauses including Clause I-FSS-599, Electronic Commerce -- Federal Acquisition Network (FACNET), which implements GSA Advantage (GSA's On-Line Shopping Program) are included. Also included is Clause I-FSS-125, Requirements Exceeding the Maximum Order, and related clauses which implement the new maximum order provisions. These new provisions allow customer agencies to seek price decreases based on requirements that exceed the maximum order established on any resultant contracts. To assist the customer agencies to determine when they should seek a price decrease, a level called a maximum order will be established under each contract. When an agency order exceeds this amount, it is recommended that the agency contact the vendor for a reduced price. The vendors will not be obligated to accept these orders in accordance with FAR 52.216-19 (Var III). All contracts will include Industrial Funding Fee provisions, and the requirement for electronic reporting of contract sales. All contractors will be required to accept a Government purchase card as a method of payment for orders equal to or below the micro-purchase threshold. See Note 12 (Trade Agreements). Offers from all responsible sources will be considered. Posted 07/10/98. (0191)

Loren Data Corp. http://www.ld.com (SYN# 0381 19980714\99-0003.SOL)


99 - Miscellaneous Index Page