SOLICITATION NOTICE
99 -- Electric Sign/Marquee - Misc. documents
- Notice Date
- 9/6/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339950
— Sign Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, CSBs, 413th CSB (W912D0) RCO Wainwright, PO Box 35510, 1064 Apple Street, Fort Wainwright, Alaska, United States
- ZIP Code
- 00000
- Solicitation Number
- W912D0-18-R-9618
- Point of Contact
- Rhonda M. Richardson, Phone: 9073537300, Mark A. Puhak, Phone: 9073532463
- E-Mail Address
-
rhonda.m.richardson4.civ@mail.mil, mark.a.puhak.civ@mail.mil
(rhonda.m.richardson4.civ@mail.mil, mark.a.puhak.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- description of marquee existing marquee This is a combined synopsis/solicitation for a commercial item prepared in accordance with format in FAR 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. Solicitation number W912D0-18-R-9618 is hereby issued as a Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-100, Effective 22 Aug 2018. This acquisition is set aside 100% for Small Business. The North American Industry Classification Standards (NAICS) code 339950 with a size standard of 500 employees. The contract line item is as follows: ITEM No Supplies/Service Quantity Unit Unit Price Amount 0001 Marquee 1 Job Description: The Government requires the contractor to demolish and dispose of existing 4 signs and provide UL listed four (4) face Multipak LED sign with 10mm color wireless character resolution displays. Signs will be UL Listed and will be approved by owner before ordering. Install signs on tower and connect to electrical circuit within 6 feet of sign. Modify and fabricate framework. The Government desires a system with minimal maintenance and inspection requirements at the organizational level. Evaluation Criteria: Award will be made to the lowest priced vendor meeting the specifications of the requirement. Offerors are required to upload provision FAR 52.212-3 Offeror Representations and Certifications Commercial Items into the System for Award Management (SAM), https://www.sam.gov, before quote is submitted. The Quote must include Solicitation Number, Business size, Cage Code, and address. Delivery: In your quote, indicate the total estimated time to deliver and install the signs. Delivery address is: BLDG 603 1 st St Fort Greely, AK 99731 FOB Destination Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS Clause 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Quote Information: Quote shall be structured to show an Item Number breakdown of the proposed requirement and should reflect a firm fixed-price. Quotes shall be submitted and received no later than 13 September 2018 at 1600 hours (4:00 P.M.) Alaska Standard Time. Quotes shall be emailed to the primary and alternate points of contact listed below. Contract Clauses and Provisions The following are contract clauses and provisions which are incorporated by reference. Full Text may be found at https://www.acquisition.gov/FAR. The following apply to this acquisition: 52.232-18, Availability of Funds 52.204-9, Personal Identity Verification of Contractor Personnel 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 52.212-1, Instructions to Offerors-Commercial Items and any addenda 52.212-2, Evaluation-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items and any addenda 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items; The following FAR clauses cited within are applicable to the acquisition : 52.203-6, Restrictions on Subcontractor Sales to the Government 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-14, Service Contract Reporting Requirements 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Set Aside, (Nov 2011) (15 U.S.C. 644) 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act-Price Adjustment (Multiple Year and Option) 52.222-55, Minimum Wages Under Executive Order 13658 Contact Information: Rhonda M. Richardson, Contracting Specialist; rhonda.m.richardson4.civ@mail.mil ; (907)353-7300 and Mark Puhak, Contracting Officer; Mark.a.puhak.civ@mail.mil (907) 353-2463.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/45641f86f4dae6125bc0968ba4b9a3b6)
- Place of Performance
- Address: BLDG 603 1st St, Fort Greely, Alaska, 99731, United States
- Zip Code: 99731
- Zip Code: 99731
- Record
- SN05074984-W 20180908/180906231246-45641f86f4dae6125bc0968ba4b9a3b6 (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 |