|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 9,1998 PSA#2176Operational Contracting Office, 8110 Industrial Dr., Suite 200, USAF
Academy, CO 80840-2315 59 -- ELECTRONIC DISPLAY SIGNS (MARQUEE) FOR FOOTBALL STADIUM SOL
F05611-98-T-2293 DUE 091898 POC TSgt Chris M. Vaccarella, Contracting
Officer, 719-333-3961 17. This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in Federal
Acquisition Regulation (FAR) 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,
F05611-98-R-2293, is issued as a request for proposal (RFP). This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-07. This acquisition
is unrestricted. The Standard Industrial Classification Number is 3993
and the Business Size Standard is 500 employees. Small, Women-owned,
and disadvantaged businesses are encouraged to submit offers. Line Item
0001 -- Provide and install two-(2) electronic display signs (marquees)
for Falcon Stadium, United States Air Force Academy, Co. The offeror
shall provide all labor, equipment, tools, materials, transportation,
and supervision necessary to provide, prepare site, and install
electronic display signs. The signs shall function back-to-back for
dual viewing. Each sign shall be of an LED matrix with an approximate
7-1/2 feet by 15 feet display area, allowing 9 inch characters on 1-1/3
inch centers. The electronic display area shall provide for full live
video, text and graphics capability. The LED's shall be of three
colors: red, green, and blue, and provide 8 lines of 21 characters per
line. 256 intensity levels for each color is required. Light
intensity: 5000 Candelas Peremeters Squared or greater with a contrast
ratio of 100:1 with the ability to automatically change light
intensity to match ambient light. The overall area for each sign shall
be a minimum of 10 feet by 20 feet and shall contain side panels to
allow customized lettering to be changed as desired. The customized
lettering color shall be translucent white. The overall color of the
signs shall be "Strata blue". Manufacturer of this color paint is
Sherwin Williams, P/N REX B54T104. Each sign shall be equipped with
internally illuminated lettering, located above and below the LED
display matrix. All computer software needed to program and operate the
electronic display configuration shall be provided along with upgrades
for the life of the sign. Software shall allow the user to develop and
utilize custom text and graphics. Software shall be programmable to
change/delete messages. Software to operate the displays shall be
compatible with a Windows 95 operating system run on a Pentium-based
computer. Any applicable software site license(s) shall be provided
with the proposal. All software/hardware manuals shall be provided. A
one-year warranty for parts, labor and installation is required for the
signs, for all sign hardware/software from time the signs are made
fully operational. Repair and operational assistance, above and beyond
any warranty work, is required via a toll free number to the
manufacturer. This number shall be available from 8:00AM to 5:00PM,
Mountain Daylight Time (MDT), Monday through Friday, for the
operational life of the sign. The offeror shall identify the offerors
on-site training program and outline specifics. All training will take
place on the United States Air Force Academy. At least eight-(8) hours
of training shall be provided. Programming and operational training is
required for four-(4) individuals. Hardware maintenance training is
required for two (2) individuals. The awardee shall be notified
seven-(7) calendar days before training is required. The contractor
shall provide and install the foundation base for the new signs,
performing all site preparation, digging, concrete work, landscaping,
and electrical installation as required. The contractor is also
required to obtain all necessary permits, licenses, and certifications
necessary for successful performance of work. Digging permit shall be
obtained prior to the commencement of any site work. Contact Civil
Engineering at 719-333-3460 for information on obtaining a digging
permit after contract award. Utility work shall be required to make the
sign operational, to include the installation of a larger capacity
transformer and associated breakers and panels as needed. The existing
transformer is a 25kVA unit and the electrical distribution system
will accommodate up to a 50kVA transformer at the work site. The 10th
Communications Squadron (CS) will install all fiber optic and telephone
lines from the work site to communication system manholes. The
contractor shall be responsible for telephone line and fiber optic
cable hook up from the communication system manholes. The CS will
require the following information five (5) calendar days after contract
award: the type of transceiver the marquees will use. In addition, the
CS will run the fiber from patch panel in the Press Box to the patch
panel in the marquee. They will also do the terminations but will not
provide any of the equipment items in support of the marquee, such as
the patch panels, transceivers, etc. Price includes providing, site
workpreparation and installing signage (2 each), to include all
associated software, one-year warranty, technical assistance, and
required on-site training as specified herein: $ _______________. FOB
destination delivery no later than _________________ (date to be filled
in by the contractor), USAF Academy, CO. 80840. Offerors must comply
with all instructions contained in provision 52.212-1, Instructions to
Offerors-Commercial Items. The following additional provisions and
clauses apply: 52.212-2, Evaluation-Commercial Items. Offerors are
encouraged to submit offerors on the Standard Form 1449. The Government
will award a contract resulting from this solicitation to the
responsible offerors whose offer conforming to the solicitation will be
most advantageous to the Government, price and other factors
considered. The following factors, in descending order of importance,
shall be used to evaluate offers: 1) Technical Requirements; 2)
Delivery Capability; 3) Past performance; and 4) Price. Technical
capability is considered the most important and shall be evaluated
against the specifications set forth in this solicitation and
specification sheet. To be technically acceptable, an offeror shall
meet the Government's specifications. Offerors shall submit descriptive
literature, technical features, and warranty provisions with their
proposal. Each proposal shall be evaluated against the solicitation
specifications and evaluated as follows: Exceeds solicitation
requirements shall receive a (+) rating. Meets the solicitation
requirements shall receive a (0) rating. Does not meet the solicitation
requirements shall receive a (-) rating. Technical Requirements will
then receive an overall score of (+), (0) or (-). Past performance is
considered more important than price. Delivery Capability shall be
evaluated against the offerors proposed delivery as stated in the
solicitation. Past performance will be evaluated to ensure the offeror
has performed similar work, with a similar project magnitude for the
past five (5) years; satisfactory business practices, timely
performance and overall customer satisfaction. Price will be considered
as the least important factor. Price will be evaluated to determine its
fairness, completeness, and reasonableness as it relates to the items
offered. A complete copy of the FAR provision 52.212-3, Offeror
Representations and Certifications-Commercial Items, shall be submitted
with the offer. FAR provision 52.212-4, Contract Terms and
Conditions-Commercial Items and 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items, to
include clauses 1, 2, 3, 6, 7, 8, and 9 apply to this acquisition.
Department of Defense FAR Supplement 252.204-7004, Required Central
Contractor Registration; 252.212-7001, Contract Terms and Conditions
Required to Implement Statues or Executive Orders Applicable to Defense
Acquisitions of Commercial Items; 252.225-7001, Buy American Act and
Balance of Payment Program (41 U.S.C. 10, E.O. 10582); 252.225-7036,
North American Free Trade Agreement Implementation Act (Alt I); and
252.232.2009, Payment By Electronics Funds Transfer. Year 2000
Compliance Requirement: All information technology items must be year
2000 compliant, or non-compliant items must be upgraded to be year 2000
compliant by (NOTE: no earlier than 1 Oct 99, but not later than
December 31, 1999). Year 2000 compliant means information technology
that accurately processes dates/time data (including, but not limited
to, calculating, comparing, and sequencing) from, into, and between the
twentieth and twenty-first centuries, and the years 1999, 2000, and
leap year calculation. Furthermore, year 2000 compliant information
technology shall accurately process date/time data if the other
information technology, shall accurately process date/time data if the
other information technology properly exchanges date/time data with
it. A copy of the specification sheet is available at the USAF Academy,
10 ABW Contracting Flight Home Page, USAF Business Opportunities, @
www.usafa.af.mil/lg/lgc. Offers are to be received at the Operational
Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO
80840-2315, no later than 3:00 P.M. (MDT) on 19 Sep 98. Contact
Myrtice Moeglein, Contract Specialist, at 719-333-3600 or TSgt Chris M.
Vaccarella, Contracting Officer, at 719-333-3961.****** Posted 09/04/98
(W-SN246530). (0247) Loren Data Corp. http://www.ld.com (SYN# 0269 19980909\59-0017.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|