Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2013 FBO #4138
SOLICITATION NOTICE

N -- Traffic Safety Banner Production - Package #1

Notice Date
3/22/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541430 — Graphic Design Services
 
Contracting Office
Department of Transportation, National Highway Traffic Safety Administration (NHTSA), National Highway Traffic Safety Administration HQ, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTNH22-13-R-00710
 
Archive Date
4/11/2013
 
Point of Contact
Melissa R. Tyson, Phone: 2023664843, Vincent Lynch, Phone: 202-366-9568
 
E-Mail Address
melissa.tyson@dot.gov, vincent.lynch@dot.gov
(melissa.tyson@dot.gov, vincent.lynch@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation DESCRIPTION, SPECIFICATION, WORK STATEMENT (i) 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. (ii)The solicitation number for this procurement is DTNH22-13-R-00710 and is issued as a request for proposal (RFP). (iii)This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66. (iv)The North American Industry Classification System (NAICS) code associated with this procurement is 541430. The small business size standard is $7.0 Million. This procurement has been set-aside for small business participation. (v) Contract Line Item Numbers (CLINS). B.1 Price Schedule: Installation/Replacement/Storage of Banners Base Period: (Year 1): Year One (1) costs shall cover the period from the effective date of contract award through twelve (12) months thereafter. Item Description: Banner Handling Services Installation, Removal, and Storage of Banners CLIN #0001 Fixed Price per Month (Base) tiny_mce_marker_______ X 12 months = $ __________; Option Period One: (YEAR 2): Year two (2) costs shall be in effect from the end of the "Base Period 1" through twelve (12) months thereafter. Item Description: Banner Handling Services Installation, Removal, and Storage of Banners CLIN #1001 Fixed Price per Month (Base) tiny_mce_marker_______ X 12 months = $ __________; Option Period Two: (YEAR 3): Year three (3) costs shall be in effect from the end of the "Option Period 1" through twelve (12) months thereafter. Item Description: Banner Handling Services Installation, Removal, and Storage of Banners CLIN #2001 Fixed Price per Month (Base) tiny_mce_marker_______ X 12 months = $ __________; Option Period Three: (YEAR 4): Year four (4) costs shall be in effect from the end of the "Option Period 2" through twelve (12) months thereafter. Item Description: Banner Handling Services Installation, Removal, and Storage of Banners CLIN #3001 Fixed Price per Month (Base) tiny_mce_marker_______ X 12 months = $ __________; Option Period Four (YEAR 5): Year five (5) costs shall be in effect from the end of the "Option Period 3" through twelve (12) months thereafter. Item Description: Banner Handling Services Installation, Removal, and Storage of Banners CLIN #4001 Fixed Price per Month (Base) tiny_mce_marker_______ X 12 months = $ __________; (vi)Description of requirements for the items to be acquired. C.1 BACKGROUND The U.S. Department of Transportation, National Highway Traffic Safety Administration's (USDOT/NHTSA) mission is to prevent and reduce deaths, injuries, and economic losses resulting from automotive travel on our nation's roadways. The purpose of this contract is to support NHTSA's mission to maintain visibility of traffic safety messaging in order to save lives and prevent injuries. The project will make traffic safety messages visible and reinforce the messaging by the installation of banners that promote traffic safety programs. The banners will be installed on light poles surrounding the U.S. Department of Transportation headquarters' buildings. The installation of these traffic safety messaging banners will in turn reinforce their messages to DOT employees and other passersby. Specifically, banners with traffic safety messaging will be installed covering the following areas: Motorcycle Safety, Bicycle Safety, Pedestrian Safety, Distraction, Child Passenger Safety Week, Buckle Up America and Click It or Ticket. C.2 SCOPE OF WORK For the period as hereinafter set forth in Section IV, Performance Period, the Contractor shall furnish the necessary personnel, equipment and facilities, and otherwise perform all things necessary for, or incident to, the performance of work (the accomplishment of the specific tasks) as set forth below. C.3 GENERAL REQUIREMENTS Requirements may include, but not limited to the following: The Contractor shall provide for the installation, removal and storage of traffic safety messaging banners that will be placed on light poles surrounding the U.S. Department of Transportation (DOT) headquarters' buildings. The banners will be specifically placed on the poles located at 1200 New Jersey Ave SE and on Tingey St. SE. Additionally, the Contractor shall install and remove all traffic safety messaging banners according to the time table specified under Section D.3.3, "Performance Milestones and Deliverables." C.4 SPECIFIC REQUIREMENTS Task 1: Initial Meeting to discuss Contract Within 1 week of the contract award, the Contractor shall meet with the Contracting Officer's Technical Representative (COTR), and discuss the timetable listed under the Performance Milestones and Deliverables Section below for the installation of the traffic safety messaging banners. Task 2: Installation and Removal of Traffic Safety Banners 1. The Contractor must provide proper installation and removal of 7 sets of 12 banners on 12 poles surrounding the DOT headquarters' buildings, specifically located at 1200 New Jersey Ave SE and on Tingey St. SE. 2. The installation of the banners requires proper hardware to do the actual installation. 3. Specifics regarding the banners: a. There are 7 sets of 12 banners covering the following traffic safety messaging areas: Motorcycle Safety, Bicycle Safety, Pedestrian Safety, Distraction, Child Passenger Safety Week, Buckle Up America and Click It or Ticket. b. The dimensions of the banners are as follows: Banner Trim Size: 18"x42". 4. Specifics regarding the hardware for installation of the banners: a. The contractor must provide the necessary hardware for the installation of the banners as follows: b. i. Pole Mounting Bracket Base: Black Aluminum 2"x4" ii. Bracket Arm Pole: 20".5 x.75 dia iii. Steel Bands: Black Coated 5/8 x 41" iv. End Cap: Ball Finial 2" dia w/2 Pins with rings Task 3: Storage of Traffic Safety Banners The Contractor must be able to provide adequate storage for the 7 sets of 12 banners for the following traffic safety messaging campaigns: Motorcycle Safety, Bicycle Safety, Pedestrian Safety, Distraction, Child Passenger Safety Week, Buckle Up America and Click It or Ticket. The storage of banners must be secure, free from moisture, and safe from any potential damage. The banners may be stored rolled up but must be flattened prior to installation. Task 4: Working Relationship with JBG Companies and Capitol Riverfront The Contractor must adhere to the policies for the installation of the traffic safety messaging banners with the JBG Companies and the Capitol Riverfront Business Improvement District (BID). JBG Companies is the company property manager for the DOT Headquarters Building. The Capitol Riverfront Business Improvement District (BID) is the organization that is dedicated to making the Capitol Riverfront area clean, safe, friendly and vibrant. Task 5: Repair of Damaged Banners and Hardware If necessary, the Contractor must replace banners or hardware if they become damaged by weather conditions etc. In some cases, banners may be damaged by wind or inclement weather. The Contractor shall be responsible for repairing/replacing damaged banners or hardware. For costing purposes, assume that one banner or hardware will need to be replaced each year. Task 6: Annual Progress Report The contractor shall furnish one (1) copy of the Annual Progress Report electronically to the NHTSA COTR by the end of each year. At a minimum, the progress report shall include a narrative description of the following items: • Installations accomplished during the reporting period. • Analysis of the budget to date. • Description of any challenges faced with the installation and removal of the traffic safety messaging banners during the one year period. The contractor shall review this written report during an annual meeting with the COTR, conducted in person or by conference call. The meeting method will be agreed upon during the kick-off meeting. Task 7: Kick Off Meeting Within one (1) week of the effective date of the contract award, the Contractor shall conduct a meeting with the COTR, Contract Specialist, and any other appropriate people within NHTSA Headquarters in Washington, DC. The kick-off meeting will lay out the schedule for the installation and removal of the traffic safety banners as well as any other requirements of the project. Additionally, NHTSA will clarify the uncertainties, resolve the questions, and develop a common understanding of the requirements of the contract. (vii) Date(s) and place(s) of delivery and acceptance and FOB point. ***Click on Attachment to the entire notice and solicitation.***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/NHTSA/NHTSAHQ/DTNH22-13-R-00710/listing.html)
 
Place of Performance
Address: 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590, United States
Zip Code: 20590
 
Record
SN03018684-W 20130324/130322234401-6dc32ec6a3ecbbd567b74048f3aabf54 (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.