SOLICITATION NOTICE
62 -- LED Display
- Notice Date
- 1/23/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339950
— Sign Manufacturing
- Contracting Office
- M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
- ZIP Code
- 00000
- Solicitation Number
- M0068112T0018
- Response Due
- 1/27/2012
- Archive Date
- 2/11/2012
- Point of Contact
- Sgt Torey J. Fezer 760 725 3236 carlos.duran@usmc.mil
- E-Mail Address
-
Sgt Torey J. Fezer
(torey.fezer@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number M00681-12-T-0018 is being issued as a Request for Quotation (RFQ). This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55 and the Defense Federal Acquisition Regulation Supplement, current to DPN 20111220. The North American Classification System Codes are 339950, the small business size standard is 500 employees. This acquisition is a 100% SMALL BUSINESS SET-ASIDE. Any quotations received from concerns other than small businesses will be not be considered for award. Marine Corps Air Station, Camp Pendleton, California, has a requirement for (Qty 2) trailer mounted, solar powered, roadside LED display signs for directing traffic. The salient characteristics of the requirement are as follows: CLIN0001: -Display Size: Approximately 54in x 92in (+/- 2inches) -Resolution: Approximately 27x48 Pixel, 38mm Pitch -Bulbs: 100,000 hour life, Amber -Text: 3 Lines, Approximately 16 inches -Non-glare, Matte finish, Polycarbonate face -Weather resistant -Solar Array and Battery Charger: 170W / 30amp / 115VAC 50/60 Hz; Sufficient capacity to fully recharge the batteries during the day. -Batteries: Qty 4, Capable of providing uninterrupted power to the display throughout the night. -Trailer Hitch: 2in ball coupler CLIN0002: -Display size: Approximately 30in x 60in (+/- 2inches) -Resolution: Approximately 16x36 Pixel, 38mm Pitch -Bulbs: 100,000 hour life, Amber -Text: 2 Lines, Approximately 14 inches -Non-glare, Matte finish, Polycarbonate face -Weather resistant -Solar Array and Battery Charger: 170W / 30amp / 115VAC 50/60 Hz; Sufficient capacity to fully recharge the batteries during the day. -Batteries: Qty 4, Capable of providing uninterrupted power to the display throughout the night. -Trailer Hitch: 2in ball coupler BOTH OF THE DISPLAYS, SOLAR PANELS AND BATTERIES ARE TRAILER MOUNTED WITH ALL THE EQUIPMENT NECESSARY FOR AUTONOMOUS OPERATION. THE TRAILERS SHALL HAVE A 2 ť BALL COUPLER TRAILER HITCH SO A STANDARD PICK-UP TRUCK CAN RELOCATE THEM WHEN NECESSARY. A 3 YEAR WARRANTY SHALL BE PROVIDED TO REPLACE ANY PARTS THAT MAY FAIL DURING NORMAL OPERATION. The Government will award a contract resulting from this solicitation to the responsible business whose quotation conforms to the solicitation and will be most advantageous to the Government. The following FAR Clauses/Provisions apply: 52.212-1, Instructions to Offerors “ Commercial Items; 52.212-2, Evaluation “ Commercial Items, evaluation factors will be based on price, adherence to salient characteristics and warranty provisions. Product literature is requested with the quote Delivery terms will be considered; 52.212-3, Offeror Representations and Certifications “ Commercial Items; 52.212-4, Contract Terms and Conditions “ Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders “ Commercial Items incorporating: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentations; 52.222-3, Convict Labor; 52.222-19, Child Labor śCooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13, Restriction on Certain Foreign Purchases; 52.219-1, Small Business Program Representations; 52.252-1, Solicitation Provisions Incorporated by Reference; http://farsite.hill.af.mil/farsite.html 52.252-2, Clauses Incorporated by Reference; http://farsite.hill.af.mil/farsite.html The following DFAR Clauses also apply: 252.204-7004 Alt A, Central Contractor Registration; 252.211-7003, Item Identification and Valuation; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, incorporating: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests). 252.247-7023 Alt III, Transportation of Supplies by Sea Quoters responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications śCommercial Items with their quote. The quoter should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with the CCR, visit www.ccr.gov. Quoters are required to be registered in Wide-Area Work Flow. Quoters can self-register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil. A quotation for this request shall be submitted via regular mail to: Camp Pendleton Regional Contracting Office, Attn: Torey J. Fezer, P.O. Box 1609, Oceanside, CA 92055-1609; emailed to: torey.fezer@usmc.mil; faxed to: 760-725-4346; or hand delivered to: Regional Contracting Office, Bldg 22180, Camp Pendleton, CA 92055. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before January 27th, 2012, at 12:00 p.m. Pacific Standard Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068112T0018/listing.html)
- Record
- SN02658889-W 20120125/120123233915-83e55505631e176d3179d68fd41c5844 (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 |