Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2008 FBO #2376
SOLICITATION NOTICE

99 -- Electronic Signs

Notice Date
5/27/2008
 
Notice Type
Presolicitation
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK, PORTSMOUTH NAVAL SHIPYARD ANNEX, N00189 FISC NORFOLK, PORTSMOUTH NAVAL SHIPYARD ANNEX Building 153, 6th Floor Portsmouth, NH
 
ZIP Code
00000
 
Solicitation Number
N0018908QPL80
 
Response Due
6/3/2008
 
Archive Date
6/18/2008
 
Point of Contact
Rachel Toracinta 207-438-6818
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/ ). The RFQ number is N00189-08-Q-PL80. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-24 and DFARS Change Notice 20080303. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/html/current/252201.htm. The NAICS code is 339950 and the Small Business Standard is 500. This requirement is a competitive un-restricted requirement. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: Two electronic message signs and installation to display text and graphic information to people arriving through the entrance gates to Portsmouth Naval Shipyard. New signs will replace 2 existing older Time-O-Matic signs at the same locations. Required dimensions must be at least the same as the old signs, 5 feet tall and 8 feet wide. Text size must be at least 10 inches tall, 15 characters per line, and 5 lines of text. Display color is red now and can be red or multi color. Both signs must be programmable from Building M6. Gate #1 is approximately 2000 feet and Gate #2 is 1000 feet from Building M6. Signs are to be controlled by telephone lines. The signs must be weatherproof and all critical connections and cables extra resistant to the harsh salt air considering the ocean environment. Response time for any repairs must be timely, sometimes within 24 hours. Signs must be installed and operational before October 1, 2008. Please include a quote for red lettering on the sign, as well as what the quote would be for multi-color. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 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 52.219-8, 52.219-14, 52.222-19, 52.223-15, and 52.225-13. Quoters [shall include] [are reminded to include] a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 52.203-3, 252.225-7016, and 252.247-7002. [The Year 2000 Warranty - Commercial Items applies.] 52.223-11, Ozone-Depleting Substances-Commercial Items; 52.253-1, Computer Generated Forms-Commercial Items; 52.233-3, Protest After Award; 52.211-15, Defense Priority and Allocation Requirements; 52.242-15, Stop-Work Order; 52.242-17 Government Delay of Work; and 52.246-1, Contractor Inspection Requirements. This announcement will close at 3:00PM EST on June 03, 2008. Contact Rachel Toracinta who can be reached at 207-438-6818 or email Rachel.toracinta @navy.mil. [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.] [Oral communications are not acceptable in response to this notice.] All responsible sources may submit a quote which shall be considered by the agency. [See Numbered Note: ____ ] OR [No Numbered Notes apply]. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, technical compliance, and past performance. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. METHOD OF PROPOSAL SUBMISSION: The NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your proposal. [Negotiator please enter allowable method(s) for submitting proposals in response to your RFQ/RFP.] All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. All offerors must quote on material that is manufactured in the United States. Any offers received from companies that do not manufacture in the United States will not be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=782576589a2f4ef7d2ba6c8a720060db&tab=core&_cview=1)
 
Record
SN01581268-W 20080529/080527220107-39b2abf32059fe6756e123a165051175 (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.