SOLICITATION NOTICE
N -- Convocation Tent
- Notice Date
- 7/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
- ZIP Code
- 22060-6220
- Solicitation Number
- SP4705-10-P-TENT
- Archive Date
- 8/14/2010
- Point of Contact
- Anthony J. Williams, Phone: 7037671181
- E-Mail Address
-
anthony.j.williams@dla.mil
(anthony.j.williams@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6. As supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-3, effective March 31, 2009. The applicable North American Industry Classification Standard Code is 561990 and the small business size standard is $7,000,000.00. The award will be in accordance with FAR 6.1. The solicitation will result in a firm- fixed price contract. Please submit all questions via email to the Point of Contact by July 30, 2010. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. Quotes shall be Firm-Fixed Priced. The following factors will be evaluated in accordance with the statement of work. Lowest Price Technically Acceptable Offers are due no later than July 30, 2010, 11:00 am Eastern Standard Time, Attention: Anthony J. Williams, to emailed address anthony.j.williams@dla.mil. Offers received after this date and time will not be considered for award. Period of performance is 7 August to 13 August 2010. Proposed CLINs 0001 - 0008 CLINSLINACRNPOP START DATEPOP END DATE / DATE REQUIREDITEM DESCRIPTIONQUANTITYUNIT OF ISSUE 0001AAAugust 7, 2010August 11, 2010100 x 300 x 10 Series 2000 Tent1EA 0002AAAugust 7, 2010August 11, 201010 x 75 x 10 Marque1EA 0003AAAugust 7, 2010August 11, 201010 x 75 x 10 Marque Red Carpet Runner1EA 0004AAAugust 7, 2010August 11, 201024 x 60 x 48 Stage /Red Carpet/Skirt1EA 0005AAAugust 7, 2010August 11, 2010Chairs, Folding Samsonite Black3350EA 0006AAAugust 7, 2010August 11, 2010Chairs, Breakdown3350EA 0007AAAugust 7, 2010August 11, 2010Fan, Pedistal 30"18EA 0008AAAugust 7, 2010August 11, 2010Attendant 6am to 4pm1EA 1. The project Scope of Work shall include: The support services required as a minimum should include the following: a.Provide one 100' x 300' tent and one 100' red carpet runner with one 75' Marquee in length. The Contractor shall set up the tent on the golf course between buildings 59 and 61 at Fort McNair, Washington, DC with completion not later than 1200 PM EST. Aug 9, 2010. The tent shall be removed by 4:30 PM EST, Aug 14, 2010. b.Provide one 24' x 60' x 48 stage with skirt and red carpet to include set up and delivery no later than 1200 PM EST, 7, Aug 2010 and removed by 4:30 PM EST, 14, Aug 2010. Provide one attendant during the event on 11, Aug 2010. c.Equipment should also include 3350 black, samsonite folding chairs. To include set up in accordance with diagram provided. Provide, red carpet for stage ends, in the 100’ x 300’ tent. Government points of contact will be Mr. Daniel Barnum, 202 685-4846 or Mr Chris Hardnick at (202) 685-4841. d.Equipment should include 18 operating pedestal fans to include delivery, set up, and removal. e. All items to include pre walk thru of the site area, delivery, set up and removal. All items to be set up in accordance with diagram to be provided at time of award. f.All items to be delivered, set up and ready for walk through on the golf course between Buildings 59 and 61 at Fort McNair Washington DC no later than 1200 PM EST, 10, Aug 2010. 1.1 Scope of Work Requirements The Scope of Work is for comprehensive moving/installation services to include the following: (a)Site Visit: The Contractor shall be responsible for inspecting the property to be moved and the facilities in which item will be installed. (b)Disruption and Trash Removal: Work shall be accomplished with a constant effort to eliminate unnecessary noise, obstructions, and other annoyances. Contractors shall be responsible for maintaining all areas of the job site premises in which work is performed in a neat and orderly condition. All crates, cartons, wrappings and waste must be removed from the premises at the completion of each working day. (c) Protection, Damages and Punch List: The Contractor shall protect all surfaces in order that no damage will occur. The Contractor shall protect interior surfaces, including but not limited to, installed work, carpet, wall treatments, ceilings, furniture and furnishings. The Contractor shall be responsible for the replacement or restoration of any damages caused by the Contractor during the execution of the contracted services, without expense to National Defense University (NDU), subject to the approval of the COTR. Representatives from the Contractor and the Contracting Officer’s Technical Representative (COTR) must conduct a pre/post-move walk-through. The purpose of this activity is to identify any area of concerns. (d) Equipment: The Contractor shall provide sensor materials necessary to provide adequate professional installation. The contractor shall also provide any equipment needed to complete installation of new sensors successfully. (e)Project Coordination: The Contractor shall only take direction from the Program Manager. Contractor shall provide a single point of contact for coordinating all move related activity. In addition to any other form of communication, the Contractor shall elect to use, this individual shall have a pager or cell phone for the duration of the project and shall respond immediately to project-related calls. The Contractor shall attend pre-location planning meeting and site visits. (f)Labor: It shall be the Contractor's responsibility to see that labor used during the delivery to the site(s) or on the site(s) and during the performance will cause no labor or jurisdictional disputes and to make certain that no situation within its control is allowed to interfere with work being done by other trades. The Contractor shall cooperate with any other contractor or government agency not directly under its jurisdiction. 1.The date and time of the event will be on Aug 11, 2010. The hours scheduled for this event will be from 0600-1600. 2.Installation of equipment can begin at 1200 hrs, Aug 7, 2010. 3.Equipment can be removed on 1600 hrs, 14 Aug 2010. 4.Chairs must be set up according to diagram by 1200 hrs, 9 Aug 2010, and removed at 1600 hrs 14 Aug 2010. NDU will provide diagram. 5.The stages should be 4 feet high, and placed under the tent 6.Convocation stage will require red carpeting and skirting. 7.Two sets of stairs with handrails which are required for ceremony stage will be provided by NDU. 8.Sides are not required for the tents. 9.Contractors will be able to drive onto the installation; however, valid identification and all necessary documents for the vehicles will be required. 10.Contractors will provide all necessary equipment to complete setup. 11.Stakes may be driven into the ground for the installation of the tents. 12.Managing the work performed by any subcontractor(s) who may be required to successfully complete the Scope of Work. 13.Handling all project coordination issues with National Defense University Program Manager. 14.Securing the prior approval from the Program Manager for any changes that deviate from the details of this Statement of Work. (g)Security Required: All Contractor personnel must wear identification tags, be uniformed and register with building security at National Defense University. 1.2Quality Control: The Contractor shall provide Quality Control through total involvement of upper management to assure the success of the program. (a)The Contractor Move Management Team shall implement and enforce regulations concerning quality through safety. They shall have controls designed to limit and/or prevent claims and to react swiftly should damage occur. (b)Since most accidents are preventable, the Contractor shall strive to educate personnel and design equipment that will minimize lost time and productivity. 1.3Quality Assurance The Contractor’s performance shall be monitored, evaluated and accepted by the COTR. 1.4Hours of Operation The performance of service will take place during normal business hours. Normal business hours are 0730 - 1700 Monday through Saturday, excluding Federal holidays. 1.5Conservation of Utilities Out door event 2 DEFINITIONS 2.1Standard Definitions As used herein, the term: (a)COTR means Contracting Officer’s Technical Representative. (b)Scope of Work means the obligations undertaken by the Contractor pursuant to the Contract Documents. Work includes, unless specifically excepted, the furnishing of all material, labor, equipment, supplies, plans, tools, scaffolding, transportation, cartage of every description, superintendent, all other services, facilities and expenses necessary for the full performance and completion of the requirements of the Contract Documents. (c)Contractor is any person, firm, or corporation having a direct contract with National Defense University to perform any of the Work. (d)Subcontractor is any person, firm, or corporation having a direct contract with the Contractor to perform any of the Work. 2.2Technical Definitions N/A 3GOVERNMENT FURNISHED PROPERTY AND SERVICES 3.1General National Defense University will provide, without cost to the Contractor, the following property and services listed below: 3.2Property The Contractor shall coordinate with National Defense University for the following: (a)Proximity Cards/I.D. badges (to be returned to National Defense University at the direction of the COTR. 3.3Services (a)National Defense University will provide an Approved Move/Installation Plan within sufficient time to allow the Contractor to develop and follow his move schedule. (b)National Defense University will provide access to restrooms, elevators and loading spaces. 4CONTRACTOR FURNISHED ITEMS AND SERVICES 4.1General Except for those items or services specifically stated to be furnished by National Defense University in Section C-3, the Contractor shall furnish everything required to perform this Statement of Work. 4.2Equipment Equipment shall be provided in accordance with standard industry practice. 4.3 Insurance Contractor shall be insured or bonded. Certificate of insurance or bond shall be provided to Program Manager 5SPECIFIC TASKS 5.1General The Contractor shall expedite the resolution of the Punch after installation and provide a written report to National Defense University on any damaged art work that is being repaired or refurbished. 5.2Deliverables NA 6TYPE OF CONTRACT 6.1This is firm fixed price requirement. 7PERIOD OF PERFORMANCE 7.1 8.TRAVEL 8.1Local travel required for this effort. 9.CONTRACTING OFFICER’S TECHNICAL REPRESENTATIVE: Chris Hardnick 300 5th Ave Building 62/174 Fort McNair, Washington DC 20319 10.PROGRAM MANAGER: Daniel Barnum 300 5th Ave Building 62/174 Fort McNair Washington DC 20319 11. NON-PERSONAL SERVICES STATEMENT Contractor employees performing services under this order will be controlled, directed, and supervised at all times by management personnel of the contractor. Contractor management will ensure that employees properly comply with the performance work standards, outline in the statement of work. Contractor employees will perform their duties independent of, and without the supervision of, any Government official or other Defense Contractor. The tasks, duties, and responsibilities set forth in this effort may not be interpreted or implemented in any manner that results in any contractor or sub-contractor employee creating or modifying Federal policy, obligating the appropriated funds of the United State Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.4 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of the completed work. CONTRACT CLAUSES AND SOLICITATION PROVISIONS: The full text of clauses may be accessed electronically at www.acqnet.gov/far. The following clauses and provisions apply to this solicitation: 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.212-4, Contract Terms and Conditions Commercial Items (Sept 2005); 52.217-8 Option to Extend Services (Nov 1999); 52.217-9 Option to Extend the Term of the Contract 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2006); 52.219-6, Notice of Total Small Business Set Aside (Jun 2003); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (June 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-1, Buy American Act-Supplies (June 2003); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 52.212-1, 52.212-2 Evaluation- Commercial Items, Instructions to Offerors Commercial Items (Jan 2006); 52.212-3, Offeror Representations and Certifications Commercial Items (Mar 2005); 52.233-1 Disputes (Jul 2002) 52.215-5, Facsimile Proposals (Oct 1997).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-10-P-TENT/listing.html)
- Place of Performance
- Address: 300 5th Ave, Buildings 59 and 61 at Fort McNair Washington DC, Fort McNair, Washington, 20319, United States
- Zip Code: 20319
- Zip Code: 20319
- Record
- SN02212891-W 20100723/100721235155-a4ee33c78f620982876f5a41f0f1dbf8 (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 |