Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2004 FBO #1029
SOLICITATION NOTICE

39 -- Sign composed of two LED monochrome matrix displays, two backlight panels and attached to the power supply; the LED displays will be remotely controlled by customer computer. Maintenance and operator training will be required.

Notice Date
9/18/2004
 
Notice Type
Solicitation Notice
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
W912CZ-04-T-0128
 
Response Due
9/25/2004
 
Archive Date
11/24/2004
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for purchase of a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitatio n; proposals are being requested and a written solicitation will not be issued. (ii) This request for quotation (RFQ) number is W912CZ-04-T-0128. (iii) This RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Cir cular (FAC) 2001-18. (iv) The applicable NAICS is 339950 (v) This RFQ contains one line items: Arctic Oasis Sign Specifications. Sign shall be composed of two LED monochrome matrix displays, two backlight sponsor panels mounted in the ground and attached to the power supply; the LED displays will be remotely controlled by customer computer. Maintenance and operator training will be required of the winning bidder. The sign structure shall be able to withstand design loads of 120 miles per hour. Vertical components shall be covered with shrouding for a finished appearance. Entire sign shall be primed and painted with graffiti-resistant and chip-resistant topcoats. Finish shall be thermally cured or baked to provide a higher luster, more durable finish with less airborne contaminants. Sign cabinets, components and structural members shall be primed and painted separately prior to assembly to assure complete coverag e. A small container of touch-up paint shall be included. Sign shall include a backlit sponsor panel above the electronic display. Sponsor panel shall be pan-formed of solar-grade polycarbonate material with a UV inhibitor that reduces fading and yellowing. Panel shall be decorated with computer-cut vinyl or di gitally printed vinyl applied to the inside of the polycarbonate material. The inside of the sponsor panel shall be painted white to provide more consistent internal lighting and reduce shadowing. Sponsor panel shall be internally illuminated with fluore scent lamps. Decorated sponsor faces shall be able to slide in and out easily of sign cabinet for lamp replacement and other service as needed. Display specifications shall be as follows: Two LED monochrome matrix displays measuring 24 pixels high by 80 pixels wide to create one double-faced display. This display shall have the capability to display test and graphics in red. Pixel Pitch: Min. 34 mm (1.333) center to center, # of pixels per module (HxW): 8x8, # of modules per display face: 30, Viewing distance: Max. 480 foot for 31 inch character, Overall cabinet dimensions: Min. 39inches x 116inches x 8inches, Active area dimensions: Min. 32.1inches x 107inches, Max. Watts/face (120 VAC): 524, Power: 120 (VAC), Measured wide angle: 30 vertical, 30 horizontal, Operating Temperature: -40 to 120 degrees Fahrenheit, Fans: thermostatically 140F on 120 F off, LED Color: Red, Face panel color: Black Polycarbonate, Mounting: Electronic display is mounted in sign, Auto Dimming: 64 levels of automatic dimming, Approvals: ETL listed, CSA certified, FCC Class A, LED Rating: LED manufacture est. at 100K hours, LED Display shall be 100% solid-state digital electronic operating circuitry. Display technology shall use a modular construction. Display modules eight pixels high by eight pixels wide. For maintenance, each module shall be accessed from the front of t he display. By activating/deactivating no more than two fasteners, a single technician shall be able to remove and replace a single 8x8 module in a minimal amount of time. Each module shall be interchangeable with other modules in the display without cha nging addresses or jumpers. LEDs in the display shall meet the following peak color wavelength specification: 625 nm peak. Control System shall be based on software capable of operating the programmable LED matrix displays with RS422, mode m or radio control connectivity options. Software features required: Easy to use Windows?-based software Graphic user interface On-line help screens Show the temperature, time of day and date Graphic characters Optional temperature sensor Single and multiple frame messages Foreign language characters (extended ASCU) Message preview on monitor prior to display Upload display software Run up to 30 messages at a time on each display Schedule messages to run automatically Operate each display independently or as a group Variable hold times Toll free telephone assistance for operators Hardware requirements. Personal computer supplied by end-user with Windows? 98 or higher. CD ROM Drive Requiring 12 MB disk space or less for minimum operations. Temperature Sensor: The display shall have a sensor that enables it to show the current temperature. Sensor shall be eave mounted with a minimum of 24 cable and accurate to +-1 degree F. Operating range of sensor shall be -40 to 120 degrees Fahrenheit. Training: Bidder shall provide local technician on-site during installation and for maintenance train up. This training shall cover all aspects of the modular components and operational system maintenance and setup. Bidder shall provide a complete set of operation al and maintenance manuals shall be used as the guideline for training. Bidder shall provide a complete set of diagrams. Bidder shall provide access to regularly held maintenance training seminars. Bidder shall provide a full time toll free telephone cu stomer maintenance support. Operation manuals will be sent to site prior to on-site training. Contractor shall provide a user kit containing fifteen pre-programmed animation sequences. Contractor will provide access to a library of pre-programmed messages of similar sized message/a nimation displays that shall be available for purchase. Toll-free telephone programming consultation. 1. This item is FOB Destination to Ft. Wainwright, Alaska 99703. (vii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition, along with the following addenda. (viii) Offers will be evaluated using the following evaluation factors technical acceptable, price and delivery time. Th e contract will be awarded to the offeror that provides the best value to the government. (ix) All offers must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition along with the following addenda: 52.219-1, Small Business Program Representations (Apr 2002). All offers must include a completed copy of this provision. (xi) 252.204-7004. R equired Central Contractor Registration (Alt 1) 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002) -- The following additional clause(s) cited i n this clause are also applicable: 252.225-7001 -- Buy American Act and Balance of Payments Program (Mar 1998) (41 U.S.C. 10a-10d, E.O. 10582). 252.225-7002 Qualifying Country Sources As Subcontractors (Dec 1991) (xii) The clause at 52.212-5, Contract Term s and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. The following additional clauses cited in this clause are also applicable: 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.22 2-26, Equal Opportunity (E.O. 11246) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793) 52.222-37 , Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) 52.222-19, Child Labor-Cooperation with Author ities and Remedies (E.O. 13126). 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). (xiii) The full text of clauses and provisions can be accessed at the following web address: http://www.arnet.army.gov/FAR. (xvi) All offers are due to no later than 10:00 AM, Alaska Time, 25 Sept 2004. (xvii) For further information contact Michael Conner via facsimile (907) 353-7302, or e-mail: michael.conner@wainwright.army.mil. Submit your quote/offer to: Regional Contracting Offer, FWA, P O BOX 35510, Fort Wainwright, AK 99703, via facsimile or e-mail.
 
Place of Performance
Address: ACA, Fort Wainwright Regional Contracting Office, Alaska, ATTN: SFCA-PRA-C, PO Box 35510 Fort Wainwright AK
Zip Code: 99703-0510
Country: US
 
Record
SN00676567-W 20040920/040918211613 (fbodaily.com)
 
Source
FedBizOpps.gov 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.