MODIFICATION
59 -- Electronic Marquee
- Notice Date
- 7/28/2009
- Notice Type
- Modification/Amendment
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, Army Reserve Contracting Center - West, 400 Gigling Rd, Seaside, CA 93955
- ZIP Code
- 93955
- Solicitation Number
- W1EC3B91800001
- Response Due
- 8/7/2009
- Archive Date
- 2/3/2010
- Point of Contact
- Name: Jeffrey Post, Title: Contract Specialist, Phone: 831-242-6560, Fax: 831-242-6585
- E-Mail Address
-
jeff.post1@us.army.mil;
- Small Business Set-Aside
- N/A
- Description
- MODIFICATION NOTICE: Bids are being solicited under solicitation number W1EC3B91800001. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 135181_02. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-08-07 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Monterey, CA 93944 The USA ACA ARCC WEST requires the following items, Brand Name or Equal, to the following: LI 001, DAYSTAR PREMIER CLASSIC 48X96 - Pixels: 09" on -center LED Display Color Height - 4 FT 6.20 in, Width - 8 FT, 1.35 In. Capabilities: 4096 shades of Amber at 60 Frames per Second.Single Sided Matrix. Structural Details Mount Style: Dual Leg MountCowling (Creates Pedestal Appearance)Minimum Wind Load Rating: 120 mph, Exposure B, Contractor responsibility with installing will be to dig hole and layconcrete, tip sign up and bolt it down. Make sure sign works with the connectivity. leg height (from grade to bottom of sign): 2 inches. Installer must provide all materials for the complete installed product, including concrete, re-bar, and electrical connection hardware. The contractor is responsible for the final electrical connections andconnecting any data cables, when applicable,to the sign. Contractor should provide a Warranty on the Sign.Under normal use and service the sign structure or identification/changeable copy sign malfunction during the life of the sign due to defects in workmanship or materials, the contractor will at its option repair or replace any of the defective materials, ( with the exception of lamps and ballasts). Faulty ballasts are exchanged for new ballasts for a period of three years. This Lifetime Warranty also covers the polycarbonate faces and vandal covers against breakage due to vandalism for the life of the sign., 1, EA; LI 002, DAYSTAR PRIEMIER CLASSIC 1 32X96 Single Sided Matrix: 32X96-Pixels: 0.9" on-center LED Display Color Capilities: 4,096 Shades of Red at 60 Frames per Second.Structural Details Mount Style: Dual Leg MountCowling (Creates Pedestal Appearance)Minimum Wind Load Rating: 120 mph, Exposure B, Contractor responsibility with installing will be to dig hole and layconcrete, tip sign up and bolt it down. Make sure sign works with the connectivity. leg height (from grade to bottom of sign): 2 inches. Installer must provide all materials for the complete installed product, including concrete, re-bar, and electrical connection hardware. The contractor is responsible for the final electrical connections andconnecting any data cables, when applicable,to the sign. Contractor should provide a Warranty on the Sign.Under normal use and service the sign structure or identification/changeable copy sign malfunction during the life of the sign due to defects in workmanship or materials, the contractor will at its option repair or replace any of the defective materials, ( with the exception of lamps and ballasts). Faulty ballasts are exchanged for new ballasts for a period of three years. This Lifetime Warranty also covers the polycarbonate faces and vandal covers against breakage due to vandalism for the life of the sign., 1, EA; For this solicitation, USA ACA ARCC WEST intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA ARCC WEST is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. No partial shipments are permitted unless specifically authorized at the time of award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABK27/W1EC3B91800001/listing.html)
- Place of Performance
- Address: Monterey, CA 93944<br />
- Zip Code: 93944-5006<br />
- Zip Code: 93944-5006<br />
- Record
- SN01890369-W 20090730/090729000447-c3c19ec7c9e323873ea3e9a19cd431ea (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 |