RFQ for Electronic Signs/Electronic Marquees

expired opportunity(Expired)
From: Federal Government(Federal)
F3N0371111AW01

Basic Details

started - 22 Jun, 2021 (about 2 years ago)

Start Date

22 Jun, 2021 (about 2 years ago)
due - 07 Jul, 2021 (about 2 years ago)

Due Date

07 Jul, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
F3N0371111AW01

Identifier

F3N0371111AW01
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709493)DEPT OF THE AIR FORCE (60492)USAFE (2597)FA5613 700 CONS PK (809)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is amendment 1 to the Request for Quote for commercial items prepared in accordance with the format in Subpart 12.6 and FAR Part 13, as supplemented with additional information included in this notice. All changes from the original RFQ will be highlighted in yellow. Crossed out items are no longer required.Please provide a quote for the items listed below by 1400 (2:00 PM) Central European Summer Time (CEST), Wednesday 7 July 2021. All questions regarding this Request for Quote are due in writing by 1400 (2:00 PM) CEST, Wednesday 30 June 2021. A site visit will be held on 25 June 2021 at 1300 (13:00 AM) Central European Summer Time (CEST). We do not intend to hold additional site visits but the government reserves the right to do so if needed. A maximum of two people per vendor (including subcontractors) are allowed to attend the site visit. Social distancing rules will be enforced and masks (surgical/FFP-2 or similar) must be worn at all times during the site visit.Please notify
me of your intent to attend the site visit by 23 June 2021 at 1300 (1:00 PM) CEST. We recommend that you arrive early in case of delays. The Site visit will not be delayed due to late arrival of any vendors. All vendors attending the site visit are to meet our representatives at the Pulaski Barracks Main Gate no later than 1230 (9:30AM) on 24 June 2021 for base access processing. You will need to bring a valid form of identification in order to have base access processed.Questions shall be submitted via email to iris.laub.de@us.af.mil and daira.rodriguez@us.af.mil. The Government has no obligation to answer any questions received after the due date and time.The Government reserves the right to reject any quotations received after the suspense above.This will be a firm-fixed price contract with two Contract Line Item Numbers (CLIN). Please provide pricing for each of the CLIN’s in order to be deemed technically acceptable. Pricing for the below item shall include required delivery to Germany.Vendors must be registered in the SAM.gov database to be eligible for contract award. Registration: In order to be considered/evaluated for award vendors must be registered to do business with the United States Government including all of its agencies. Information about getting registered can be found using the resources below:https://beta.sam.govNon- U.S. companies (CAGE code information): http://www.dlis.dla.mil/nato_poc.aspAll submitted quotes must remain valid for 180 days from close of the RFQ.The Government will review the lowest priced quote for technical acceptability. If that quote is found to be technically acceptable, the Government will not review any other quotes for technical acceptability. If the lowest priced quote is not technically acceptable, the Government will review the next lowest priced quote for acceptability, and if found acceptable, no other quotes will be reviewed. This process will be followed until the Government finds a technically acceptable offer. The Government intends to award without discussions, but reserves the right to enter discussions with offerors as deemed appropriate by the Contracting Officer. The Government reserves the right to conduct interchanges with offerors as deemed appropriate by the Contracting Officer.If re-selling equipment from another vendor, quoter must provide validation that they are an authorized re-seller of that equipment. If it is determined that the quoter is not an authorized re-seller of equipment they are quoting, the quotation may be summarily rejected and, in the event that occurs, the quoter may not be provided the opportunity to re-quote.Only Quotes in USD and EUR will be accepted. Vendors must validate that they can accept payment in credit card (MasterCard), if needed for potential future contract actions.Please see the detailed item description for additional information. CLIN DescriptionDelivery LocationQtyUOIUnit PriceTotal Price0001LED Graphic & Video Marquee (color) One-sided for outdoor installationCasing: Aluminum coated: L=10’7” W= 1’3” T= 4’Display front IP 65Display:LED surface:Display Size: 2.560x1.920mm147,456 LEDs256x128 pixel 1R1G1B Pixel grid 10mm or SMD (surface mount diodes)98-304 LED total, viewing angle H 140 degrees V 90 degreesBrightness > 7,500 Nit per sqm contrast 1,500 over 1 billion colorsControl: LED Display ControllerFunctions: Display of static and moving texts, graphics, pictures and specialgraphicsVideo-enabledInput: via LAN interface via PV with Windows OS (remote control), USB stickincluding notebook computer with software.Connection: 230V;max power input: 3,300VA;medium power input 850VA;Weight approx. 220kgPowerline and software cable availableInstallation work: Build a display hold for the electronic board.Dual Leg MountLeg Width: 7ft 0in, Leg Height: 1 ft 0 inDisplay shall be 7ft from the ground. Two steel legs are currently holding up the existing display 7 feed off the ground. The current legs may be used to mount the new board.Overall sign height: 4ft 5inMinimum wind load rating: 120mph, Exposure BStructure has cowling to create a pedestal appearanceMounting of the new display to include materialRun power cable and HDMI cable from entrance area to the displayto include materialInstallation, startup and hand-over to the customerSee attached SOW, paragraphs 1.1-4.1.8Ramstein Youth ProgramsBuilding 428, Jefferson Avenue67657 Ramstein, Germany1EA0001LED Graphic & Video Marquee (color)Double-sided for outdoor installationCasing: Aluminum coated: L=10’7” W= 1’3” T= 4’Display front IP 65Display:LED surface:Display Size: 2.560x1.920mm147,456 LEDs256x128 pixel 1R1G1B Pixel grid 10mm or SMD (surface mount diodes)98-304 LED total, viewing angle H 140 degrees V 90 degreesBrightness > 7,500 Nit per sqm contrast 1,500 over 1 billion colorsControl: LED Display ControllerFunctions: Display of static and moving texts, graphics, pictures and specialgraphicsVideo-enabledInput: via LAN interface via PV with Windows OS (remote control), USB stickincluding notebook computer with software.Connection: 230V;max power input: 3,300VA;medium power input 850VA;Weight approx. 220kgPowerline and software cable availableInstallation work: Delivery, mounting, dismounting and pick-up of work scaffoldingDismounting, disconnecting, and disposal of the old displayBuild electronic board stand. Dual leg mount sizes are below.Dual Leg MountLeg Width: 7ft 0in, Leg Height: 3 ft 0 inDisplay shall be 7ft from the ground. Two steel legs are currently holding up the existing display 7 feed off the ground. The current legs may be used to mount the new board.Overall sign height: 7ft 5inMinimum wind load rating: 120mph, Exposure BStructure has cowling to create a pedestal appearanceRun power cable and HDMI cable from entrance area to the displayto include materialInstallation, startup and hand-over to the customerSee attached SOW paragraphs 4.2 – 7.1.10Vogelweh Youth ProgramsBuilding 1057, Arizona St67661 Vogelweh Housing,Germany1EATotal PricePricing shall include all required shipping, deinstallation, installation, site clean-up and legal disposal of deinstalled/installed waste/garbage from the project.NOTE:  In order for offers to be properly evaluated, vendors must provide adequate documentation and explanation of their recommended plan, as well as pricing and specifications of electronic marquees.Please see the attached Statement of Work.Please complete all applicable information found below:Quote #:Delivery Days ARO: Terms of standard warranty (include as attachment if needed):DUNS #:CAGE Code: Taxpayer ID #:FOB: DestinationShipping Weight:Shipping Dimensions:Discount Terms:E-Mail Address:Applicable FAR, DFARS, and AFFARS Provisions and Clauses incorporated by reference:FAR Clauses and Provisions52.203-19            Prohibition on Requiring Certain Internal confidentiality Agreements or Statements, 2017-0152.204-7              System for Award Management, 2018-1052.204-10            Reporting Executive Compensation and First-Tier Subcontract Awards, 2020-0652.204-13            System for Award Management Maintenance, 2018-1052.204-16            Commercial and Government Entity Code Reporting, 2020-0852.204-18            Commercial and Government Entity Code Maintenance, 2016-0752.204-21            Basic Safeguarding of Covered Contractor Information Systems, 2016-0652.204-22            Alternative Line Item Proposal, 2017-0152.204-23            Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities, 2018-0752.204-25            Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment, 2020-0852.209-6              Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 2015-1052.209-10            Prohibition on Contracting with Inverted Domestic Corporations, 2015-1152.211-17            Delivery of Excess Quantities, 1989-0952.212-1              Instructions to Offerors -- Commercial Items, 2020-0652.212-3              Offeror Representations and Certifications -- Commercial Items, 2021-02                              Alt I                  52.212-3 Alt I, 2021-0252.212-4              Contract Terms and Conditions -- Commercial items         2018-1052.212-5              Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, 2021-0152.222-19            Child Labor-Cooperation with Authorities and Remedies (DEVIATION 2020-O0019), 2020-0752.222-21            Prohibition of Segregated Facilities, 2015-0452.222-26            Equal Opportunity, 2016-0952.222-29            Notification of Visa Denial, 2015-0452.222-36            Equal Opportunity for Workers with Disabilities, 2020-0652.222-50            Combating Trafficking in Persons, 2020-10                              Alt I                  52.222-50 Alt I, 2015-0352.223-5              Pollution Prevention and Right-to-Know Information, 2011-0552.223-18            Encouraging Contractor Policies to Ban Text Messaging While Driving, 2020-0652.225-13            Restrictions on Certain Foreign Purchases, 2021-0252.232-33            Payment by Electronic Funds Transfer -- System for Award Management, 2018-1052.232-39            Unenforceability of Unauthorized Obligations, 2013-0652.232-40            Providing Accelerated Payments to Small Business Subcontractors, 2013-1252.233-1              Disputes, 2014-0552.233-3              Protest after Award, 1996-0852.233-4              Applicable Law for Breach of Contract Claim, 2004-1052.243-1              Changes -- Fixed-Price, 1987-0852.247-34            F.o.b. – Destination, 1991-1152.252-6              Authorized Deviations in Clauses, 2020-11DFARS Clauses and Provisions252.203-7000    Requirements Relating to Compensation of Former DoD Officials, 2011-09252.203-7002    Requirement to Inform Employees of Whistleblower Rights, 2013-09252.203-7005    Representation Relating to Compensation of Former DoD Officials, 2011-11252.204-7003    Control of Government Personnel Work Product, 1992-04252.204-7015     Notice of Authorized Disclosure of Information for litigation support, 2016-05252.204-7018     Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services, 2021-01252.211-7003     tem Unique Identification and Valuation, 2016-03252.213-7000     Notice to Prospective Suppliers on the use of past performance information retrieval system - statistical reporting in past performance evaluations, 2018-03252.215-7013     Supplies and services provided by nontraditional defense contractors, 2018-01252.223-7006     252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic and Hazardous Materials, 2014-09252.223-7008     252.223-7008 Prohibition of Hexavalent Chromium., 2013-06252.225-7041     Correspondence in English, 1997-06252.225-7043     Antiterrorism/Force Protection for Defense Contractors outside the United States, 2015-06252.225-7048     Export-Controlled Items, 2013-06252.225-7974     Representation Regarding Persons that have Business Operations with the Maduro Regime (Deviation 2020-O0005), 2020-02252.229-7002     Customs Exemptions (Germany), 1997-06252.232-7003     Electronic Submission of Payment Requests and Receiving Reports, 2018-12252.232-7006     Wide Area Workflow Payment Instructions, 2018-12252.232-7008     Assignment of Claims (Overseas), 1997-06252.232-7010     Levies on Contract Payments, 2006-12252.232-7017     Accelerating Payments to Small Business Subcontractors - Prohibition on Fees and Consideration, 2020-04252.233-7001     Choice of Law (Overseas), 1997-06252.239-7098     Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites—Representation, 2021-04252.243-7001     Pricing of Contract Modifications, 1991-12252.244-7000     Subcontracts for Commercial Items, 2020-10252.244-7001     Contractor Purchasing System Administration, 2014-05                              Alt I                  Contractor Purchasing System Administration, 2014-05252.246-7007     Contractor Counterfeit Electronic Part Detection and Avoidance System, 2016-08252.246-7008     Sources of Electronic Parts, 2018-05252.247-7023     Transportation of Supplies by Sea, 2019-02AFFARS Clauses and Provisions5352.201-9101 Ombudsman, 2019-105352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS), 2019-105352.223-9001 Health and Safety on Government Installations, 2019-105352.242-9000 Contractor Access to Air Force Installations, 2019-10Clauses and Provisions Incorporated in Full Text:52.225-17 Evaluation of Foreign Currency Offers.(Feb 2000)If the Government receives offers in more than one currency, the Government will evaluate offers by converting the foreign currency to United States currency using https://comptroller.defense.gov/Portals/45/Documents/defbudget/fy2021/fy2021_OM_Overview.pdfin effect as follows:      (a) For acquisitions conducted using sealed bidding procedures, on the date of bid opening.      (b) For acquisitions conducted using negotiation procedures-           (1) On the date specified for receipt of offers, if award is based on initial offers; otherwise           (2) On the date specified for receipt of proposal revisions.(End of provision)FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far (End of provision)FAR 52.252-2 Clauses Incorporated By Reference (Feb 1998)This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far(End of clause)

AF BPN NO MILSBILLS PROCESSES UNIT 3076  APO , AE 09021-3076  USALocation

Place Of Performance : N/A

Country : United States

You may also like

Name Plates Easels, And Signs (Engraved) - TCI

Due: 02 Dec, 2041 (in about 17 years)Agency: State Of Texas

Delineators & Signs, Fabrication; Installation & Maintenance

Due: 31 May, 2024 (in 1 month)Agency: Department of Transportation

RFP - Electronic Sign

Due: 08 May, 2024 (in 8 days)Agency: Maine Municipal Association

Classification

naicsCode 339950Sign Manufacturing
pscCode 9905Signs, Advertising Displays, and Identification Plates