SOLICITATION NOTICE
99 -- Display Booth Support Services
- Notice Date
- 7/28/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-06-T-0618
- Response Due
- 8/11/2006
- Archive Date
- 9/10/2006
- 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; proposals are being requested and a written solicitation will not be issued. The U.S. Army Tank-Automotive Armaments Command-Picatinny (TACOM- Picatinny) Picatinny Arsenal, NJ, intends to solicit, negotiate, and award a purchase order for a specific contractor to provide trade show display services, and transportation to support PM-MAS in various aspects of the Warfighter Seminar September 12 ???14, 2006 (does not include setup/teardown dates), at FT. Benning GA. The solicitation number is W15QKN-06-T-0618 and is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. This acquisition is being 100% set aside for small business concerns. The applicable North American Industry Classification System (NAICS) code is 541490, and the size standard for this NAICS code is average annual revenues of $6.5 million or less. There will be two (2) CLIN???s (Contract Line Item Numbers) in the contract. One CLIN is to cover the costs of the display booth services, and the second CLIN will represent the Contractor Manpower Reporting requirement in accordance with the Statement of Work paragraph 5.2. The Statement of Work is as follows: 1.0 BACKGROUND The office of the Project Manager, Maneuver Ammunition Systems (PM-MAS) is responsible for all assigned Army small, medium, and large caliber ammunition. The PM-MAS mission includes life cycle program management of small, medium, and large caliber ammunition, to include development, production, fielding and elimination of critical deficiencies. They are also the center for small, medium, and large caliber ammunition expertise. PM-MAS has a specific need for a contractor to provide trade show display services, manufacturing capabilities, and transportation to support PM-MAS in various aspects of the Warfighter Seminar 12-14 Sept 2006 (does not include setup/teardown dates), at FT. Benning GA. 2.0 OBJECTIVES Contractor shall utilize existing PM-MAS exhibit components, available at Bldg. 354, Picatinny Arsenal, NJ and provide turnkey planning and management, including administration, arranging all show services, trucking, installation and dismantling, and supervision on show site throughout event. Contractor must include travel and expenses to provide these services. All exhibit components to be returned to PM-MAS in same condition at close of show to Picatinny Arsenal by contractor. 3.0 REQUIREMENTS The contractor shall: 1. All exhibit components (which include a 20 foot backwall and various custom displays) will be available for collection at Bldg. 354, Picatinny Arsenal, NJ. Contractor will be responsible for verifying all components, condition, unpacking, repacking as necessary for transportation to their facility for configuring and custom fabrication of shipping containers as necessary. Contractor will be responsible for transportation of components. Condition of all components leaving and returned to/from Picatinny will be verified by a Government POC. Once display items leave Picatinny, all damages to display will be incurred by the Contractor. Listed to be shipped are the components, dimensions and weights: a. Pallet 48 x 48 x 48 500 lb. b. Literature Display 39 x 44 x 55 350 lb. c. Literature Display 39 x 44 x 55 350 lb. d. Wall Panels 44 x 48 x102 550 lb. e. Wall Panels 44 x 48 x102 550 lb. F. Roll of Blue carpet in Bag 20 Foot 16 x 16 x 120 65 lb. g. Roll of padding in Bag 20 Foot 16 x 16 x 72 25 lb. h. Rotating Small/Medium display 40 x 39 x 89 450 lb. 2. The contractor must provide proof that he has assembled Laarhoven display systems in the past. An authorized Laarhoven dealer is desired, but not necessary. 3. The contractor will then measure for and construct shipping containers, if necessary, for all display material going to the Warfighter Seminar. 4. The booth configuration will be dismantled, cleaned, and packed in the shipping containers. 5. The containers will be palletized and the contractor will provide proper transportation of display to FT. Benning, GA to support the Warfighter Seminar. Display installation to be scheduled for 11 September. Display teardown will start 14 September at 13:00. 6. The contractor shall provide for all administration and show services. 7. The contractor will assemble booth in space #114-115 of the U.S. Army Infantry Convention Center. If the location changes, contractor will be notified prior to September 8, 2006. 8. Booth will be cleaned by contractor prior to and after each day???s show. This includes vacuuming the rugs. 9. An on sight representative from the contractor will be provided at all times of the show in case minor repairs are needed on the booth. 10. At the show???s end, contractor will disassemble the display in the allotted time governed by the convention center and repack in containers for shipping. 11. Contractor will have made the proper arrangements to provide transportation back to Bldg. 354, Picatinny, NJ. 12. Contractor will remove all components of display and contractor/PM-MAS POC will check for damages. 13. If necessary, contractor will then repack display and components into 30-foot display containers at Picatinny, NJ. 4.0 PROJECTED TRAVEL REQUIREMENTS The contractor will make its own arrangements to provide the above services. This will include, but not limited to, transportation and sleeping arrangements. Estimated travel for this requirement will not exceed 2 weeks. 5.0 REPORTING 5.1 Any problems will immediately be reported to PM-MAS attn: Mr. David Thomsen at (973) 724-3588. 5.2 The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data: (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including subcontractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. The provision at FAR 52.212-1, Instructions to Offerors ??? Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation ??? Commercial items, applies to this acquisition. A single award will be made to the responsible offeror whose offer is determined to be the best value to the Government based on Technical Acceptability and Price. The offer will be determined to be technically acceptable based on in-house technical evaluation. The technical evaluation will be a determination as to whether the proposed service meets the technical specifications as stated above. Award will be made to the lowest-priced, technically acceptable offeror. Offerors are required to include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications ??? Commercial Items, with their offer. The clause at FAR 52.212-4, Contract Terms and Conditions ??? Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ??? Commercial Items, applies to this acquisition. The following additional FAR clauses cited in 52.212-5 are applicable to this acquisition: 52.219-6, Notice of Total Small Business Set-Aside (JAN 1999) 52.222-3, Convict Labor (JUN 2003) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26, Equal Opportunity (APR 2002) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) 52.222-41, Service Contract Act of 1965 (JULY 2005) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33, Payment by Electronic Funds Transfer ??? Central Contractor Registration (OCT 2003) The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clauses cited in 252.212-7001 are applicable to this acquisition: 52.203-3 Gratuities (APR 1984) 252.225-7001 Buy American Act and Balance Of Payment Program (JUN 2005) 252.232-7003, Electronic Submission of Payment Requests (MAY 2004) 252.247-7023, Alternate III, Transportation of Supplies by Sea (MAY 2002) the following FAR, DFARS, and Local ARDEC clauses are applicable to this acquisition: 52.204-7, Central Contractor Registration (OCT 2003) 252.204-7004 Alternate A, Central Contractor Registration (NOV 2003) ARDEC 46, Deliveries to TACOM-ARDEC ARDEC 59, Payment ARDEC 68, Identification of Contractor Employees ARDEC 76, Material Inspection and Receiving Report ARDEC 163, Disclosure of Unit Price Information ARDEC 171, Invoicing Full text versions of FAR and DFARS provisions and clauses can be found at http://akss.dau.mil/jsp/default.jsp. Full text versions of Local ARDEC clauses can be found at http://procnet.pica.army.mil/Reference/Clauses/ClausesFrameset.htm. The defense Priorities and Allocations System (DPAS) rating for this acquisition is DO-C9E. Numbered Note 1 is applicable to this acquisition and can be found at http://www.fbo.gov/Numbered_Notes.html. Failure to provide any of the documents requested in this notice may render your proposal unacceptable and ineligible for an award. Offers shall be submitted on official company letterhead and include a CAGE code and DUNS number. Offers shall be received at the contracting office no later than 4:00 PM ET, August 11, 2006. Offers should be submitted via e-mail to CJacks@pica.army.mil, or on CD-ROM to U.S. Army, TACOM-Picatinny, Picatinny Center for Contracting and Commerce, AMSTA-AQ- APF, ATTN: Ms. Cynthia Jackson, Bldg. 9, Picatinny Arsenal, NJ 07806-5000. The contracting office is not responsible for incomplete, late, lost, misdirected mail or for any technical malfunction, lost/delayed data transmission, omission, interruption, deletion, defect or line failure in connection with any telephone network, computer equipment, software or any combination thereof. Upon request, a photograph of the booth will be provided to offerors. For information regarding this solicitation, please contact Ms. Cynthia Jackson at (973) 724-2244, or email CJacks@pica.army.mil.
- Web Link
-
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-06-T-0618)
- Record
- SN01100665-W 20060730/060728221053 (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 |