|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 18,1999 PSA#2305United States Air Force, Direct Reporting Units, 10 ABW/LGC, 8110
Industrial Drive, Suite 200, USAF Academy, CO, 80840-2315 59 -- ELECTRONIC DISPLAY SIGN (MARQUEE) FOR FOOTBALL STADIUM SOL
F0561199T0821 DUE 033199 POC Marlene Kleckner, Contract Specialist,
Phone (719) 333-4531, Fax (719) 333-4404, Email
klecknermm.lg@usafa.af.mil -- Jeffrey Bruce, Chief, Cadet Support
Element, Phone (719)333-3907, Fax (719)333-4404, Email WEB: Visit this
URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F0561199T0821
&LocID=479. E-MAIL: Marlene Kleckner, klecknermm.lg@usafa.af.mil. This
is a combined synopsis/solicitation for commercial items prepared in
accordance with the format in Federal Acquisition Regulation (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. This solicitation, F05611-99-T-0821, is issued as a request for
quote (RFQ). This solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-07.
This acquisition is unrestricted. The Standard Industrial
Classification Number is 3993 and the Business Size Standard is 500
employees. Small, Women-owned, and disadvantaged businesses are
encouraged to submit offers. Line Item 0001 -- Provide and install
two-sided electronic display sign (marquee) for Falcon Stadium, United
States Air Force Academy, CO. The offeror shall provide all labor,
equipment, tools, materials, transportation, and supervision necessary
to provide two-sided electronic display sign, to include: removal and
disposal of existing sign; sight preparation for new signage;
installation; and restoration of area to its original condition. The
sign shall function back-to-back for dual viewing. Each side shall have
an LED matrix with an approximate 7-1/2 feet by 15 feet display area.
The electronic display area shall provide for full live video, text and
graphics capability. The LED's shall be a minimum of at least three
colors: red, green, and blue. A minimum of 256 levels of intensity are
required for each LED. Contractor is required to provide intensity
levels for each color, and light intensity specifications regarding the
ability to automatically change light intensity to match ambient light.
The overall area for sign shall be a minimum of 10 feet by 20 feet and
shall contain side panels on both sides to allow customized lettering
to be changed as desired. The customized lettering color shall be
translucent white. The overall color of the signs shall be "Strata
Blue", manufactured by Sherwin Williams, P/N REX B54T104, or equal.
Internally illuminated lettering, located above and below the LED
display matrix is required. All computer software needed to program and
operate the electronic display configuration shall be provided, to
include free upgrades for the life of the sign. Software shall allow
the user to develop and utilize custom text and graphics, as well as
being programmable, to change/delete messages. Software to operate the
displays shall be compatible with a Windows 95 operating system run on
a Pentium-based computer. Any applicable software site license(s) shall
be provided with the proposal. All software/hardware manuals shall be
provided. Warranty information is required to be provided with the
proposal, as well as repair and operational assistance information.
Warranty information will specify when the warranty will be effective
and in full force. Training for operation and maintenance personnel is
also required. All training shall take place on the United States Air
Force Academy. The offeror shall identify their training program and
outline specifics for the training. Additionally, hardware maintenance
training is required and the offeror is required to provide specific
information addressing this training. The awardee shall be notified a
minimum of seven (7) calendar days before training is required. The
sign, to include installation and return of the site to it's original
condition, needs to be accomplished between the period 7 June 99 and 23
Aug 99. Installation of the new sign shall include the new foundation
base, performing all site preparation to include any necessary digging,
electrical installation, concrete work, and landscaping as required. In
support of the requirements of this procurement, the contractor is also
required to obtain all necessary permits, licenses, and certifications
necessary for successful performance of work. Required digging permit
shall be obtained prior to the commencement of any site work. Contact
Civil Engineering at 719-333-3460 for information on obtaining a
digging permit after contract award. Utility work shall be required to
make the sign operational, to include the installation of a larger
capacity transformer and associated breakers and panels as needed. The
existing transformer is a 25kVA unit and the electrical distribution
system will accommodate up to a 50kVA transformer at the work site. The
10th Communications Squadron (CS) will install all fiber optic and
telephone lines from the work site to communication system manholes.
The contractor shall be responsible for telephone line and fiber optic
cable hook up from the communication system manholes. The CS will
require the following information five (5) calendar days after contract
award: the type of transceiver the marquees will use. In addition, the
CS will run the fiber from patch panel in the Press Box to the patch
panel in the marquee. They will also do the terminations but will not
provide any of the equipment items in support of the sign, such as the
patch panels, transceivers, etc. Price includes providing site work
preparation and installing signage, to include all associated software,
warranty, technical assistance, and required on-site training as
specified herein: $ _______________. FOB destination delivery, to
include a fully operational sign and restoration of area to its
original condition, will be accomplished between ______________________
(dates to be filled in by the contractor and include proposed start and
completion), USAF Academy, CO. 80840. Offerors must comply with all
instructions contained in provision 52.212-1, Instructions to
Offerors-Commercial Items. The following additional provisions and
clauses apply: 52.212-2, Evaluation-Commercial Items. Offerors are
encouraged to submit offerors on the Standard Form 1449. The Government
will award a contract 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 following factors, in descending order of importance,
shall be used to evaluate offers: 1) Technical; 2) Past Performance; 3)
Delivery; and 4) Price. 1) Technical is considered equal in importance
to Past Performance, and capability of the item offered to meet the
agency need shall be evaluated against the specifications set forth in
this solicitation. Product literature, technical features, training,
warranty provisions, specifics regarding installation, and all other
areas identified in this solicitation which are provided by offerors,
will be used as the tool to accomplish technical
acceptability/unacceptability. 2) Past Performance is considered equal
to Technical Requirements and will assist the evaluators in
determining if the offeror has performed the type of work stated in the
solicitation and to what degree they have performed. Past Performance
information shall be submitted in accordance with FAR 52.212-1,
Instructions to Offerors, Commercial Items, for the past five (5)
years. The offeror is required to provide a list of former and present
customers and subcontractors, to include government and non-government
contracts. This list should include complete references and provide the
following information: name, address, and phone number of each firm;
amount of each contract; contract titles and numbers; and point of
contact in each firm familiar with the offeror's products/service. This
evaluation factor refers to the performance of similar work, with a
similar project magnitude for the past five (5) years. It refers to
satisfactory business practices, timely performance and overall
customer satisfaction. Past Performance shall be rated, based on
information provided by offerors, to determine if the if past
performance is entirely favorable; more favorable than unfavorable;
there is no record of past performance; more unfavorable than
favorable; or entirely unfavorable. 3) Delivery, is less important than
Technical and Past Performance, but will be evaluated to determine if
offerors can provide the sign, to include installation and return of
the site to it's original condition, between the dates previously
specified. 4) Price will be evaluated to determine its fairness,
completeness, and reasonableness as it relates to the items offered.
Price will not be rated. The award shall be made to the offeror,
passing the technical and past performance requirements, who offers the
'best value' and who is most advantageous to the Government. A complete
copy of the FAR provision 52.212-3, Offeror Representations and
Certifications-Commercial Items, shall be submitted with the offer. FAR
provision 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, to include clauses 1, 2, 3, 6, 7,
8, 12, and 16 apply to this acquisition. Department of Defense FAR
Supplement 252.204-7004, Required Central Contractor Registration;
252.212-7001, Contract Terms and Conditions Required to
ImplementStatues or Executive Orders Applicable to Defense Acquisitions
of Commercial Items; 252.225-7001, Buy American Act and Balance of
Payment Program (41 U.S.C. 10, E.O. 10582); 252.225-7036, North
American Free Trade Agreement Implementation Act (Alt I); and
252.232.2009, Payment By Electronics Funds Transfer. Year 2000
Compliance Requirement: All information technology items must be year
2000 compliant, or non-compliant items must be upgraded to be year 2000
compliant by (NOTE: no earlier than 1 Oct 99, but not later than
December 31, 1999). Year 2000 compliant means information technology
that accurately processes dates/time data (including, but not limited
to, calculating, comparing, and sequencing) from, into, and between the
twentieth and twenty-first centuries, and the years 1999, 2000, and
leap year calculation. Furthermore, year 2000 compliant information
technology shall accurately process date/time data if the other
information technology properly exchanges date/time data with it. A
site visit has been scheduled for 23 Mar 99 at 1:00 pm Mountain
Standard Time. Those planning on attending should notify the POC's
noted below so appropriate arrangements can be made. Those planning on
attending shall meet at the Contracting Office, 8110 Industrial Drive,
Suite 200, USAF Academy CO. Offers are to be received at the
Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF
Academy, CO 80840-2315, no later than 3:00 P.M. (MDT) on 31 Mar 99. It
should be noted that faxed offers will not be accepted for this
solicitation. Contact Marlene Kleckner, Contract Specialist, at
(719)333-4531 or Jeffrey H. Bruce, Contracting Officer, at Posted
03/16/99 (D-SN309200). (0075) Loren Data Corp. http://www.ld.com (SYN# 0282 19990318\59-0009.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|