Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2008 FBO #2358
SOLICITATION NOTICE

W -- Staging

Notice Date
5/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
 
ZIP Code
20223
 
Solicitation Number
149378
 
Point of Contact
Siobhan E. Mullen,, Phone: 202-406-6818
 
E-Mail Address
siobhan.mullen@usss.dhs.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Reference number 149378 is issued as a Request for Proposal (RFP) through Federal Acquisition Circular 05-21. The NAICS codes are many and are as follows: with the Small Business Size Standard as: 238330 - Carpet (product, install, remove) $13.0 million 238210 - Electrical (product, install, remove) $13.0 million 711510 - Staging (product, install, remove) $6.5 million 238390 - Tiered seating (product, install, remove) $13.0 million 238390 - Temporary offices (product, install, remove) $13.0 million All responsible sources may submit a proposal which shall be considered. The government will consider multiple awards, so vendors are encouraged to bid on all or some of the work that they are eligible to perform. Awards will be made to multiple vendors. The Government will award a firm fixed price contract. The Government will not be responsible for any costs accrued or incurred in response to this solicitation. Overview of Requirement: The United States Secret Service (USSS) requires contractor(s) support for the design, and installation of temporary carpet, electrical, tiered seating area, stage, and temporary offices in Minneapolis, MN facility. The contract(s) will include all phases of design, construction, installation, and removal of tiered seating area, stage and temporary offices (walls and doors). Location must be left in "as found" condition. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Statement of Work Project Description: Installation and removal of carpet, electrical, tiered seating area, staging, and temporary offices. Vendor shall provide all the necessary labor, supplies, and equipment to provide for the prioritized installation and removal of: •· Carpet: Approximately 118' by 79' of durable, temporary carpet must be installed on a painted cement floor. Carpet must be removed when event is finished leaving floor unmarred. Carpet must not stick to painted floor. •· Electrical: Electrical circuits to be installed as per attached drawing. Electrical includes 42 standard quad outlets, 10 dedicated 20 amp circuits, and 1 dedicated 30 amp circuit. Wires must be run as inconspicuously as possible. Electrical must be temporary and removed without damage to existing walls or floors. •· Staging: Stage will be approximately 18" high, with a width of 47' and depth of 8'. It must be built to withstand the weight of tables and large monitors/television sets. Temporary walls/partitions and/or pipe and drape to be installed behind and on the sides of the stage. This will run approximately 90'. (See attached drawing). •· Tiered Seating: Tiered seating will contain seven (7) tiers each approximately 6' wide, with an 18" rise between each. They must be made from a non-slip material, and be able to withstand the weight of tables and chairs and 18 individuals seated in each tier. The first tier on one side must contain a ramp for handicapped access. Stairs with a 12" rise will provide access to each side. A four (4') foot walkway is required on all sides of the tiers. In addition, an observation deck, with railings will be built behind the last tier with stairs leading to the walkway. This deck must withstand the weight of at least 8 people, standing. This deck must be high enough to allow personnel to walk underneath allowing access to other areas. (See attached drawing). •· Temporary Offices: Temporary walls and doors/doorways for four (4) offices. •o HUB - Dimensions approximately 32' by 15', walls should be at least 8' tall, with two doorways (see attached drawing). •o Room 1 - Dimensions approximately 32' by 18', walls should be at least 8' high, with door/doorway on the 18' side (see attached drawing). •o Room 2 - Dimensions approximately 32' by 20', walls should be at least 8' high, with door/doorway on the 20' side (see attached drawing). •o Room 3 - Dimensions approximately 32' by 21', walls should be at least 8' high, with door/doorway on the 21' side (see attached drawing). The installation and removal schedule is as follows (dates are subject to change): •o June 1-2, 2008 - Carpet Installation •o June 2-6, 2008 - Stage, Tiered Seating, Temp Office Space and Electrical Begins •o June 13, 2008 - All Installations must be complete •o September 5, 2008 - Breakdown and Removal Begins •o September 10, 2008 - Breakdown and Removal Completed The contractor shall comply with construction schedules for installation. The COTR and Contracting Officer must approve any deviation from this schedule. All persons working on this project must be United States citizens and must be cleared with the USSS prior to working on this project in any way. The contractor will submit a draft installation plan to the COTR or designated program manager prior to starting work. The information to be developed in this delivery order is of sensitive nature. The contractor shall limit knowledge of and participation in this delivery order tasking and its work product, to those personnel directly involved in its performance, and only then subject to the approval of the COTR. •(a) Contractor personnel may not disseminate or publish information related to the installation covered under this contract or any information contained in government furnished documents without prior written approval of the Contracting Officer. In addition, the contractor will not issue, or permit others to issue, publicity concerning the project in any form or at any time, unless the Contracting Officer approves such publicity in writing. During the performance of this contract and thereafter, the contractor will not reveal any of the operating methods or systems; the contents of files; or the names of persons, firms, or places related to the contract or studies under it, unless the Contracting Officer approves the disclosure in writing. •(b) As a precondition for employment related to this contract, each contractor and subcontractor employee must execute a nondisclosure agreement with the contractor stating in part that the employee will: •- not reveal, divulge, or publicize any matters dealt with under this contract; •- not disseminate any oral or written information obtained as a result of the execution of this contract or performance of the work there under; •- not remove any document from the place of performance except as approved by the Contracting Officer; •- abide by the rules and regulations outlined in Part 45, Title 28, Code of Federal Regulation. The contractor then will provide the Contracting Officer with the original copy of this form signed by the employee at least five (5) working days before the beginning of that employee's participation of the project. The contractor agrees that on termination of the delivery order, whether with or without cause, the contractor has no property or possessory right to any of the correspondence, equipment, files, or materials of whatever kind or description, or any copies or duplicates of such, whether developed or prepared by the contractor or furnished to the contractor by the government in connection with the performance of this contract; and that on demand, the contractor will surrender immediately to the Contracting Officer or the Contracting Officer's Technical Representative such items, matters, materials, and copies. For any violation of this provision, the government may obtain a restraining order or any injunction against the contractor, in addition to any other right or penalty by law that the government may apply. Format for Proposal: Part A. Pricing - the offeror shall provide a total price for each line item: CLIN 0001: Carpet - installation, removal and product CLIN 0002: Electrical - installation, removal and product CLIN 0003: Staging - installation, removal and product CLIN 0004: Tiered Seating - installation, removal and product CLIN 0005: Temporary offices - installation, removal and product Part B Contractor Information: 1) Provide the name, title, telephone number, fax number, and email address of the point of contact. 2) Provide the nine-digit DUNS and the nine-digit TIN. DUNS is used to verify that the vendor is in CCR and a small business for the NAICS specified. The Taxpayer Identification Number is necessary for electronic payment. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. 3) If you have not completed the annual representations and certifications electronically at http://orca.bpn.gov, please fill in the representations and certifications in the Solicitation. If you use ORCA, then do not fill out and sign those pages. Part C Technical Proposal The page limit is 5. Do not include Part A Pricing or Part B Contractor Information in the Part C Technical Proposals. Technical Proposals shall include, but are not limited to: **Overview and/or plan of how they will meet the needs of United States Secret Service (USSS) as listed in the Statement of Work **Names of staff, including statements that they are likely to be approved for access (U.S. citizenship, no felony record, etc.) **Provide three references for similar services for a similar entity within the past five years, government preferred: organization, point of contact name, phone number, email address, and contract value. Proposals shall be emailed The entire email must not be greater than 3 MB; if the proposal is above that limit, please send multiple emails. Faxed proposals will not be accepted. Submitting by postal mail is strongly discouraged as postal mail is scanned prior to acceptance; you will miss the deadline. Please put "Staging PR# 149378" in the subject line. If you do not receive an email confirmation of receipt of your proposal, then your proposal has not been received. Late proposals will not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Evaluation Criteria 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 government intends to evaluate the proposal on the following factors: (1) Price; (2) Technical Capability; and (3) Past Performance. Technical Capability and Past Performance, when combined, are more important than price. The government intends to award a firm fixed price contract to the responsible offeror(s) with acceptable past performance, whose proposal, conforming to the solicitation as provided herein, is lowest in price. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ The following DHS Provisions are applicable: 3052.209-70 Prohibition on Contracts with Corporate Expatriates 3052.204-90 Unauthorized Use of Name 3052.204-71 Contractor Employee Access The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2 Evaluation--Commercial Items. Award will be based on: 1) price; and 2) the technical capability of the services offered to meet the requirements of the Statement of Work FAR 52.212-3 Offerors Representations and Certifications--Commercial Items FAR 52-212-4 Contract Terms and Conditions--Commercial Items FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Applicable Clauses are as follows) FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.203-6, Restrictions on Subcontractor Sales to the Government FAR 52.222-3, Convict Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.222-41, Service Contract Act of 1965, as Amended (JUL 2005) **These DHS and FAR Provisions and Clauses may be accessed via: http://www.arnet.gov/far/, www.dhs.gov. Requests for copies of FAR Provisions or Clauses will not be accepted. Submit email request for DHS Provisions.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=79d6c1d708bae8044c019deed87dd01c&tab=core&_cview=1)
 
Place of Performance
Address: U.S. Navy and Marine Corps RESCENTER, 5905 34th Ave South Building N-1, Minneapolis, Minnesota, United States
 
Record
SN01570402-W 20080511/080509220308-79d6c1d708bae8044c019deed87dd01c (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.