Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2011 FBO #3361
MODIFICATION

R -- Fort McHenry National Monument & Historical Shrine Fireworks Program- Amendment #3

Notice Date
2/4/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
NER - Central MABO 3rd Floor, 200 Chestnut Street Philadelphia PA 19106
 
ZIP Code
19106
 
Solicitation Number
Q4340110505
 
Response Due
2/9/2011
 
Archive Date
2/4/2012
 
Point of Contact
Jason I. Pratt Contract Specialist Jason_pratt@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
The following amendments hereby apply to combined synopsis and solicitation Q4340110505: 1. The following Statement of Work hereby replaces Section 8 in the original synopsis and solicitation "Bid Schedule/Statement of Work": Fort McHenry NMHSNational Park Service2400 East Fort AvenueBaltimore, MD 21230410-962-4290 February 2011 INTERPRETIVE FIREWORKS PROGRAM BACKGROUNDA Dedication Ceremony for the new Fort McHenry National Monument and Shrine Visitor and Education Center is being held on March 3, 2011 to recognize the 80th anniversary of the designation of "The Star-Spangled Banner" as the official National Anthem of the United States. The fireworks display during this event is intrinsically tied to the interpretive program of the evening, representing a symbolic ship-to-shore bombardment, more specifically, a demonstration of "the bombs bursting in air, the rockets red glare," that occurred in 1814 and which is referenced in the National Anthem. More specifically, the display will invoke the historical context that inspired Francis Scott Key when seeing the American flag still waving over the fort following a twenty-five hour bombardment. As part of the interpretive component of the program, a Congressional Proclamation will be presented sometime during the 6:00-7:00 p.m. hour of the program to reinforce the historical significance of this date in American history. At 8:00 p.m. the visitors will be invited to step outside the visitor center to view the symbolic bombardment. The symbolic bombardment will last approximately fifteen minutes to allow the visitors to "hear, see, smell and feel the battle conditions," as specified in the Park's long range interpretive plan. SCOPE OF WORKContractor will discharge representative pyrotechnics that will be evocative of the look and sound of the bombs and rockets fired by the British in 1814. The Contractor must fire from a barge in the Pataspco River to enable the visitors to understand the historical significance of the attack being launched from the water, since the British fleet was located and Key's truce ship was anchored in water surrounding the Fort. Artillery (cannons fired by NPS certified black powder artillery dressed as soldiers from 1814) will return fire from the historic Water Battery at Fort McHenry, synchronized to represent the return fire from the fort. The Ravens Pep Band will play the National Anthem and the 1812 Overture as a replica of the original 30 by 42 foot Star-Spangled Banner is hoisted over the fort to conclude the symbolic bombardment. The exhibits in the new building and interpretive text in the program highlight how Francis Scott Key was directly influenced by the exploding bombs and rockets to write "The Star-Spangled Banner." The interpretive display shall include: 1) All pre-production, production, and performance, including all labor, materials, equipment, facilities and travel necessary for the performance of the interpretive display referenced above. The program should last approximately 15 minutes, be commercially reasonable given the circumstances, and provided at the lowest possible cost. 2) The rental or other provision of a barge for the ignition of fireworks from the Patapsco River, including any cost incidental to providing said barge, its movement to and from the site, and clean-up after the Program. No land based fireworks are contemplated as a part of the demonstration, and the barge is central to the interpretive nature of the event.3) General coordination with music, more specifically, the program will begin when live music begins at approximately 8:00 pm (as directed by NPS personnel) and continue through the playing of music to end after 15 minutes as directed by NPS personnel. The use of pyroditigal techniques is not contemplated. 4) To the extent any is required related to any permits or local laws, overtime or other costs related to the participation of the City Fire Marshal's office. 5) All transportation and delivery costs. 6) All fireworks will be staged and ignited from a barge located at a specific site in the Patapsco River east of the Park. Contractor will arrange for an adequate barge, movement of such a barge to and from site and cleanup of same after the program.7) All permit fees, including but not limited those required for the State of Maryland and City of Baltimore. 8) Contractor will employ only reliable, experienced pyro-technicians to set up the display, safely ignite the show and perform a thorough clean up after the show9) All lead pyro-technicians must be licensed by the Maryland State Fire Marshal.10) Required insurance as detailed hereunder. TENTATIVE SCHEDULE OF EVENTS The formal program will now begin at 6:00pm, March 3, 2011. Rain or Shine. 6:00pm Welcome by FOMC Superintendent, Gay VietzkePosting of the Colors by Fort McHenry GuardInvocation by Rev. Al HathawayRemarks by Governor O'MalleyRemarks by Secretary Salazar and recognition of Paul SarbanesRemarks by Senator Ben CardinRemarks by Congressman John Sarbanes - Congressional Proclamation on Anniversary of SSB becoming the National Anthem 80 years ago.Remarks by Mayor Rawlings-BlakeWrap-up by Deputy Director FearnCeremonial salute 7:00pmPremiere of new park film and tour of exhibits on the Bombardment 8:00pmEvocative Ship to Shore Bombardment (Fireworks) accompanied by music, concluding with the playing of "The Star-Spangled Banner." (approximately 15 minutes) Program concludes with the Anthem. GOVERNMENT FURNISHED ITEMS The National Park Service shall furnish the following goods and services: 1) Technical knowledge specific to the site and similar fireworks programs.2) Coordination of fireworks with land based activities (ie. music).3) Devices for separate on-site communications between fireworks contractor, NPS point of contact and sound contractor. PERMITS Upon receipt of the contract, the Contractor shall contact the City of Baltimore Fire Marshal and make application for a permit to conduct a fireworks display. It is the responsibility of the Contractor to provide all required and relevant information and cover all costs related to obtaining an adequate permit for the program. Contractor shall contact the United States Coast Guard and make application for a permit to conduct a marine fireworks display. It is the responsibility of the Contractor to provide all required and relevant information and cover all costs related to obtaining a Coast Guard Permit for Marine Event for the program. Contractor may coordinate with the Contracting Officer's Technical Representative to the extent assistance with the permit application process is required, and the COTR will provide reasonable assistance in obtaining forms and providing liaison with the Office of the Fire Marshal and the United States Coast Guard, particularly given the short time frame. INSURANCE1) The contractor shall procure and maintain during the term of this contract, and any extension thereof, liability insurance in form, and with a company, found satisfactory to the Contracting Officer. 2) The insurance company, or an agent of the insurance company, shall be registered in the State of Maryland. The primary insured party under the policy shall be the contractor and the United States of America, and the State of Maryland and the City of Baltimore shall be named as additional insured. The amount of the insurance shall not be less than as follows: $5,000,000 each insured. $5,000,000 each occurrence. $5,000,000 property and hazmat liability The contractor shall furnish the Contracting Officer with the following: 1. A certificate of insurance naming the United States of America, and State of Maryland and the City of Baltimore as additional insured. The certificate shall also contain an endorsement which provides that the insurance company will notify the Contracting Officer 30 days prior to the effective date of any cancellation or termination of the policy or certificate or any modification of the policy or certificate which in any way affects the interest of the Government. Notice shall be sent by registered mail and shall identify this contract, the name and address of the contracting office, the policy and the insured. 2. A complete copy of the insurance policy. The policy shall be a stand-alone policy and not exclude employees of the City of Baltimore, the State of Maryland or of the United States Government, such as fire, police and on-site personnel. 3. The contractor shall also furnish this information to the office of the Fire Marshal of the City of Baltimore. 4. The proof of insurance explained above shall be furnished within ten (10) days of award, and no later than fifteen (15) days of the event. Contractor will be responsible for all costs related to procuring such insurance, and any pass through costs shall be included in the fixed price quote, and if not specified, deemed included. SITE VISIT Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim of additional costs or failure to perform. Modifications to the contract, or changes to the quoted fixed price, will only be allowed following the approval of a warranted contracting officer. Contractor may contact the site contact listed below to arrange a site visit. SAFETY The Contractor shall comply with all local, and federal codes, rules and regulations, and shall ensure that all OSHA, NFPA, and industry standards are met. PROJECT MANAGEMENT Point of contact at the Park for planning and execution of this event will be: Vince VaiseChief of InterpretationFort McHenry NM & HS2400 E Fort AveBaltimore, MD 21234410-962-4290 x201 (office)e-mail: Vince_Vaise@nps.gov Contact information for the Contracting Specialist for this requirement is as follows: Kever SwaffordContract SpecialistCentral MABO200 Chestnut Street, 3rd Floor AcquisitionsPhiladelphia, PA 19119215-597- 1953(office)215-597-5747 (fax)e-mail: kever_swafford@nps.gov SET-UP Although set up and performance will occur entirely outside the boundaries of the Park, all contractor and subcontractor employees are expected to respect the purpose of the Park and its visitors at all times. The purpose of the Park is to conserve the scenery; than national and historic objects; and the wildlife therein, and to leave these features unimpaired for future enjoyment by others. OPERATION 1) Safety is the number one priority in performance under this contract. A safety zone must be constructed and maintained by Contractor during the fireworks display for the safety of visitors and employees. 2) National Park Service rangers enforce federal and state laws. The contractor must obey all park rules, regulations and speed limits. 3) Use of tobacco products is permitted only in designated areas. No alcohol, drugs or firearms are allowed on Park property. 4) All contractor and subcontractor employees shall be briefed by Park Service employees with respect to confining all operations to the work limits of the project in order to preserve natural and cultural resources in the park.5) The contractor shall report any incidents of vandalism or accidents occurring on park property to the Chief of Law Enforcement, Glen Clark, 410-962-4290 ex 501. Emergencies should be reported to 911 and then to this number. AWARD AND EVALUATION CRITERIA/PROPOSAL REQUIREMENTS The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is conforming to this statement of work and that which represents the best value to the Government by selecting the lowest price technically acceptable. Proposals will be delivered to the Contracting Specialist designated below by close of business (4:00 PM) on Wednesday, February 9th, 2011. Mailing, faxing and e-mailing will be accepted. Contact information for the Contracting Specialist is as follows: Kever SwaffordContract SpecialistCentral MABO200 Chestnut Street, 3rd Floor AcquisitionsPhiladelphia, PA 19119215-597- 1953 (office)215-597-5747 (fax)e-mail: kever_swafford@nps.gov 2. The following additional language is hereby incorporated into Section 9 of the original synopsis and solicition: REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form1444 (SF 1444)} Conformance Process: The contracting officer shall require that any class of service employee which isnot listed herein and which is to be employed under the contract (i.e., the work tobe performed is not performed by any classification listed in the wagedetermination), be classified by the contractor so as to provide a reasonablerelationship (i.e., appropriate level of skill comparison) between such unlistedclassifications and the classifications listed in the wage determination. Suchconformed classes of employees shall be paid the monetary wages and furnished thefringe benefits as are determined. Such conforming process shall be initiated bythe contractor prior to the performance of contract work by such unlisted class(es)of employees. The conformed classification, wage rate, and/or fringe benefits shallbe retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)}When multiple wage determinations are included in a contract, a separate SF 1444should be prepared for each wage determination to which a class(es) is to beconformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformedoccupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in orderproposed classification title(s), a Federal grade equivalency (FGE) for eachproposed classification(s), job description(s), and rationale for proposed wagerate(s), including information regarding the agreement or disagreement of theauthorized representative of the employees involved, or where there is no authorizedrepresentative, the employees themselves. This report should be submitted to thecontracting officer no later than 30 days after such unlisted class(es) of employeesperforms any contract work. 3) The contracting officer reviews the proposed action and promptly submits a reportof the action, together with the agency's recommendations and pertinentinformation including the position of the contractor and the employees, to the Wageand Hour Division, Employment Standards Administration, U.S. Department of Labor,for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, ordisapproves the action via transmittal to the agency contracting officer, ornotifies the contracting officer that additional time will be required to processthe request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF 1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory ofOccupations" (the Directory) should be used to compare job definitions to insurethat duties requested are not performed by a classification already listed in thewage determination. Remember, it is not the job title, but the required tasks thatdetermine whether a class is included in an established wage determination.Conformances may not be used to artificially split, combine, or subdivideclassifications listed in the wage determination. 3. All other terms and conditions of the combined synopsis and solicitation shall remain unchanged.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q4340110505/listing.html)
 
Place of Performance
Address: Fort McHenryNational Park Service2400 East Fort AvenueBaltimore, MD
Zip Code: 21230
 
Record
SN02373765-W 20110206/110204234504-ba5790332b6bc689e31072dd1c640570 (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.