Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2006 FBO #1748
SOLICITATION NOTICE

99 -- Storefront Signs

Notice Date
9/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
USPFO for Louisiana, 495 3rd Street, Camp Beauregard, Pineville, LA 71360
 
ZIP Code
71360
 
Solicitation Number
W912NR-06-R-0006
 
Response Due
9/15/2006
 
Archive Date
11/14/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 combined synopsis/solicitation is issued as a Request For Proposal (RFP). All correspondence shall reference number W912NR-06-R-0006. This solicitation document and incorporated pro visions and clauses are those in effect through Federal Acquisition Circular 2005-12. This procurement is a 100% small business set aside. The North American Industry Classification System code for this procurement is 339950 and the associated small busin ess size standard is 500 employees. ITEM DESCRIPTION: Four (4) each Storefront signs for the Louisiana National Guard Recruiting Offices located in Metairie, Pineville, Denham Springs and Hammond. All signs will read Louisiana National Guard with an Americ an Flag logo. Signs will be made with channel letters and aluminum returns and backs. Signs shall have plexiglass faces with vinyl graphics. All graphics will be approved by the Government and be of the following dimensions: 1. Hammond Location- One set of 15 inch LOUISIANA and 18 inch NATIONAL GUARD channel letters with .040 aluminum returns and backs. Sign will have a plexiglass face with vinyl graphics. The color will be 6500 series white neon on LOUISIANA and clear red neon on NATIONAL GUARD. The AMERIC AN FLAG logo will be 3 feet tall x 4 feet 10 inches long. The sign will be mounted on a raceway. 2. Pineville Location- One set of neon channel letters mounted on raceways. LOUISIANA will be in 12 inch letters and NATIONAL GUARD in 16 inch letters. The AME RICAN FLAG logo will be 16 inches x 24 inches. The color will be 6500 series white neon on LOUISIANA and clear red neon on NATIONAL GUARD. 3. Denham Springs Location- One set of 12 inch LOUISIANA channel letters and 18 inch NATIONAL GUARD channel letters with aluminum returns and backs to be mounted on raceways. The AMERICAN FLAG logo will be 16 inches x 24 inches. The color will be 6500 series white neon on LOUISIANA and clear red neon on NATIONAL GUARD. 4. Metairie Location- One set of 21 inch red NATIO NAL channel letters and 42 inch red GUARD letters. LOUISIANA letters will be 2 feet x 5 feet with a white face and blue vinyl background. The AMERICAN FLAG logo will be 16 inches x 24 inches. Quotes shall include installation charges and warranty informati on. If interested please email tracy.montalbano@us.army.mil for graphic samples. The following FAR/DFAR clauses are applicable to this procurement: FAR 52.204-7, Central Contractor Registration; 52.204-8, Annual Representations and Certifications, requir e that each offeror complete the annual Representations and Certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://www.bpn.gov; FAR 52.212-1, Instruction to Offerors- Commercial Items; FAR 52.21 2-2, Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certification- Commercial Items, Alternate I; FAR 52.212-4, Contract Terms and Conditions-Commercial Items: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statut es or Executive Orders-Commercial Items Deviation; FAR 52.219-6 , Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilit ies; FAR 52.222-6, Equal Opportunity; FAR 52.222-35, Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.232-33, Payment by Electronic Funds transfer-Central Contractor Registration; FAR 52.232- 36, Payment by Third Party; FAR 52.233-3, Protest After Award; F.O.B. Destination; FAR 52.252-1, Solicitation Provisions incorporated by Reference may be access ed in full text at http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.dtic.mil/dfars; FAR 52.252-2, Clauses incorporated by reference may be accessed in full text at http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.dtic.mil/df ars; FAR 52.253-1, Computer Generated Forms; FAR 252-6, Authorized Deviations In Clauses; DFARS 252.204-7004, Alternate A, Required Central Contractor Registration; DFARS 252-247-7023 Alt III Transportation of Supplies by Sea. Responses shall include sampl e pictures with dimensions and colors noted as well as warranty information. Responses to this notice must be received no later than 3:00 p.m. CST, Septembr 15, 2006 at the following address: USPFO For Louisiana Building 24, Attn: CW3 Montalbano, 5445 Po int Claire Road, Carville, Louisiana 70721 or email to tracy.montalbano@us.army.mil. Responses may be submitted on company letterhead and shall include the following information: Request For Proposal Number W912NR-06-R-0006; name and address; phone and fax number; point of contact; Dun and Bradstreet Number; Cage Code; Tax Identification Number; payment terms discount offered for prompt payment. Additional Information: All prospective contractors must be registered in the Central Contractor Registration Da tabase (CCR) (www.ccr.gov). If you are not registered you may request an application through the CCR website at http://www.ccr.gov.
 
Place of Performance
Address: USPFO for Louisiana 495 3rd Street, Camp Beauregard Pineville LA
Zip Code: 71360
Country: US
 
Record
SN01136645-W 20060909/060907221332 (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.