Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2012 FBO #3955
SOLICITATION NOTICE

99 -- LED Marquee Sign for Coast Guard Island, Alameda, CA - Clauses

Notice Date
9/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Alameda, US Coast Guard Island, Bldg. 42, Alameda, California, 94501-5100, United States
 
ZIP Code
94501-5100
 
Solicitation Number
HSCG31-12-Q-PAA665
 
Archive Date
10/9/2012
 
Point of Contact
Przemyslaw Aleksandrowicz, Phone: (510) 437-3179, Michael Colisao, Phone: 5104373669
 
E-Mail Address
Przemyslaw.Aleksandrowicz@uscg.mil, michael.colisao@uscg.mil
(Przemyslaw.Aleksandrowicz@uscg.mil, michael.colisao@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FAR Clauses This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR 13, 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. (A) The solicitation number is HSCG31-12-Q-PAA665 and is issued as a Request for Quotation (RFQ). This will be a Firm Fixed Price purchase order. (B) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61. (C) This acquisition is issued set-aside 100% for small business. The associated NAICS code is 339950 and the small business size standard is 500 people. (D) List CLINS, item descriptions, quantities and units of measure, (including option(s), if applicable): CLIN 00001, Base Item: LED Marquee for US Coast Guard Base Alameda, per SOW, 1, EA (E) Description/Statement of Work/Specification. 1. Minimum of 10MM PITCH REAL PIXELS LED PROGRAMMABLE SIGN WITH FRONT ACCESSIBLE FRAME. 2. 63" X 88" OR SIMILAR SIZE TO BE APPROVED BY CUSTOMER. 3. PC CONTROLLED- DB STAR/XMPLAYER OR LED EDITOR SOFTWARE OR SIMILAR. 4. WIRELESS/WI-FI COMPATIBLE 5. FOR OUTDOOR USE 6. To include installation. (F) Date(s) and place(s) of delivery and acceptance. FOB: Destination (G) FAR Provision 52.212-1, Instructions to Offerors-Commercial, is incorporated by reference and applies to this acquisition. Addendum to FAR Povision52.212-1 - the following paragraphs are modified or added to the provision: (b) Submission of Offers. - Modified Submit signed and dated offers to the office specified in this solicitation at or before the exact date and time specified in this solicitation. Offers may be submitted on a SF-1449 or on a company letterhead stationery. As a minimum, offers must show- (1) The solicitation number; (2) The date and time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, or anything else that shows how they will fulfill the SOW/specifications called for; (5) Terms of the warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of all Solicitation Amendments, if applicable; (10) Past performance information to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). See attached for the past performance template. (c) Period for Acceptance of Offers. - Modified The offeror agrees to hold prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an amendment to the solicitation. (k) Central Contractor Registration (CCR). - Modified By submission of an offer, the offeror acknowledges the requirement that a prospective awardee should be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database before the date and time specified for receipt of quotations, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the internet at http://www.sam.gov or by calling 1-888-227-2423 or 269-961-5757. (H) FAR Provision 52.212-2, Evaluation-Commercial Items, is incorporated by reference and applies to this acquisition: EVALUATION FACTORS FOR AWARD Basis for Contract Award: This is a commercial item acquisition subject to the evaluation process outlined in FAR 13.106. The Government will award a firm, fixed-priced purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The government reserves the right to evaluate technical compliance/conformance with specifications as indicated and make a best value decision. This could result in award to other than the lowest price offer. Offerors who do not meet the minimum mandatory requirements will not be considered technically acceptable and may not be considered for award. The Government intends to select one contractor for this acquisition. However, the Government reserves the right not to award a contract at all, depending on the quality of the proposals and prices submitted and the availability of funds. The Government may reject any proposal that is evaluated to be unreasonable in terms of program commitments, including contract terms and conditions, or unreasonably high or low in cost when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. To be eligible for award, an offeror must be determined responsible. A Determination of Contractor Responsibility will be conducted in accordance with FAR 9.1. Past performance information may be gathered from both Government and commercial sources. Offerors will not be penalized if no past performance information is available. (I) Offerors are required to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. Offerors may complete FAR 52.212-3 online at ORCA: https://orca.bpn.gov/login.aspx. An offeror must state in their offer if they completed FAR 52.212-3 online at ORCA (the information on ORCA must be up-to-date and valid). If not completed, the offer may be rejected. (J) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, is incorporated by reference and applies to this acquisition. (K) FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (JUL 2012) is incorporated by reference and applies to this acquisition. The following FAR clauses cited in Clause 52.212-5 are applicable to the acquisition: SEE ATTACHED FOR APPLICABLE CLAUSES (L) A statement regarding any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices: N/A. (M) The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this solicitation. (N) Date, time and place offers are due. Offers are due no later than 24 September 2012, 12:00PM Pacific Time. Submit offers to the following mailing address, e-mail address, or fax number by the offer due date and time: Mailing Address: U.S. Department of Homeland Security United States Coast Guard, Base Alameda Coast Guard Island, Bldg. 42 Alameda, CA 94501-5100 E-Mail Address: michael.colisao@uscg.mil Fax Number: (510) 437-2793 (Attn: Michael Colisao) (O) Any and all questions regarding this solicitation shall be submitted in writing to the Contract Specialist (fax or email) no later than 21 September 2012, 4:00PM Pacific Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/21f30961624563cf93889d45e8260c3c)
 
Place of Performance
Address: US Coast Guard, Base Alameda, Coast Guard Island, Alameda, California, 94501-5100, United States
Zip Code: 94501-5100
 
Record
SN02891664-W 20120922/120921001135-21f30961624563cf93889d45e8260c3c (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.