Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2009 FBO #2713
SOLICITATION NOTICE

T -- Photographic Interpretive Panel for Main Interior Building Rooftop Terrace

Notice Date
4/29/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
US Dept of the Interior - National Business Center Acquisition Services Division, DC Branch1849 C Street NW, MS 1221 Washington DC 20240
 
ZIP Code
20240
 
Solicitation Number
NBCWZ900568
 
Response Due
5/7/2009
 
Archive Date
4/29/2010
 
Point of Contact
Lauren Kunze Contract Specialist 2022083107 Lauren_C_Kunze@nbc.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This AMENDMENT to the COMBINED SYNOPSIS/SOLICITATION responds to vendor questions submitted as of April 27, 2009. The due date for proposal submissions remains May 7, 2009 at 5:00pm EST. No extensions are anticipated. All other terms and requirements of the original solicitation remain unchanged. Photographic Interpretive Panel for MIB Rooftop TerraceRFQ NBCWZ900568Vendor Questions and Government Responses The Q&A will also be posted to the the solicitation announcement at http://www.acd.nbc.gov/solic/openmarket.asp under this Solicitation number. 1. What is the status of elevator access to the rooftop terrace for delivery of the panel(s)? ANSWER: Contractor shall use the DOI freight elevator to deliver and install the panel. The freight elevator grants access up to the 7th floor, with a smaller secondary elevator (7'7" (h) / 6'6" (w) / 4'4" (d); max capacity 2500 lbs) between the 7th and 8th floors. 2. How should offerors structure the Firm Fixed Price quote? ANSWER: Offerors shall provide a quote with a breakdown to a level of detail appropriate to identify the various components of the tasks (ie, a fully-detailed breakout to the exact number of labor hours may not be necessary, but should at least differentiate the costs of photography from the costs of graphic design, or installation, etc). In addition to meeting the minimum task requirements, offerors may propose additional option pricing as they see fit (for additional images for promotional purposes, for example) that the Government may accept, award, or exercise as it sees fit. 3. What are the safety requirements of a Fall Protection Plan to get access to the rooftop of Wing 1 of the building? ANSWER: DOI has a duty consisting of monitoring contractors' activities and bringing any uncontrolled hazards to their attention, for example, fall hazards. It is then up to contractors to ensure that the hazards are addressed. Offerors shall recommend a designated area be established on Wing 1 East roof top. The designated area can be established by using a line (rope) supported by stanchions. The line shall be installed in such a manner that its lowest point, including sag, is no less than 34 inches (86 cm) nor more than 39 inches (1 meter) from the work surface. The line forming the designated area shall be clearly visible from within the designated area. Stanchions shall be erected as close to the work area as permitted by the task but not less than 6 feet from the unprotected sides or edges that is parallel to the photographer's tripod. Additionally, contractor shall be responsible for securing all equipment while working on Wing 2. While Wing 2 is surrounded by a safety rail for personal safety, the vendor is responsible for the safety of their equipment while working near the railing. 4. Would it be possible to gain access to the rooftop terrace during early morning or late evening to take pictures? ANSWER: Regular work hours are identified in Section 8.10 of the SOW. Work outside of these hours may be arranged, but must be pre-approved by the COTR or CO. 5. How will payment under the contract occur? ANSWER: Generally Firm-Fixed-Price contracts are invoiced and paid upon completion. However, offerors may propose a Payment Plan with their proposal submission, to be evaluated by the Government. Process payments can occur no more than once monthly, and should be linked to the delivery and Government inspection/acceptance of project deliverables (ie, approval of the three installation plans, delivery and installation of completed panel, etc).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f1b7de205c38856e32a8ef559928f9fa&tab=core&_cview=1)
 
Place of Performance
Address: US Department of the Interior1849 C St NWWashington, DC 20240<br />
Zip Code: 20240<br />
 
Record
SN01804765-W 20090501/090429221921-f1b7de205c38856e32a8ef559928f9fa (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.