Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 25,1999 PSA#2375

NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ

R -- OPERATION OF A NASA DISPLAY/VIDEO/AUDIO TRAILER INCLUDING TRANSPORATION OF TRAILER TO DISPLAY SITES SOL 9-BJ-45-9-1P DUE 073099 POC Ludolf R. Ingwersen Jr., Contracting Officer, Phone (281) 483-4177, Fax (281) 244-8452, Email ludolf.r.ingwersen1@jsc.nasa.gov -- Jack L. Colopy, Contract Specialist, Phone (281) 483-0370, Fax (281) 244-8452, Email jack.l.colopy1@jsc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/JSC/date.html#9-BJ-45-9-1P. E-MAIL: Ludolf R. Ingwersen Jr., ludolf.r.ingwersen1@jsc.nasa.gov. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Proposal (RFP) for the following: NASA/Johnson Space Center has a 53 foot technology display/exhibit trailer that it is desirous of procuring services necessary so as to effectively tour the trailer to a variety of public fairs and other public events in the United States. The requirement includes delivery of the trailer to the display sites, as well as set up, possible backup operation of the exhibit and take down. The services required include the proper legal transportation of the trailer to the display sites, including the providing of a tractor for the trailer transportation (contractor lease or own). The contractor will be responsible for maintenance of the tractor. NASA will designate which events throughout the United States the exhibit will attend. All of the detailed arrangements with fairs and other exhibits sites for the trailer's placement and operation are the contractors responsibility, ie. electrical hook ups etc. The work includes the set up of the exhibit trailer (exterior and interior audio and video equipment) and tear down of the exhibit for transport to another event. The work also includes such administrative tasks as site surveys, management of drivers, or-site coordination with event managers, coordination with NASA management, travel arrangements for drivers and the scheduling of exterior maintenance of the trailer (contractor will see that the trailer is delivered and picked up at maintenance and repair firms as needed.) The government will pay separately for maintenance and repair services to the trailer. Contractor personnel (drivers) will act as backup operator for the exhibit during display times and therefore, must interface in a friendly professional manner with the viewing public at all times, such that their behavior and appearance always reflects favorably on NASA. The government will supply at least 2 persons to staff the exhibit while the trailer is on display. The contractor will be responsible for keeping the trailer in a clean serviceable condition. The government contemplates negotiating a firm fixed priced incremental delivery, incremental quantity (IDIQ) Contract to procure these services. Under the contract the government will issue individual firm fixed price task orders under the framework of the basic contract. The price of all task orders will be a single uniform average price reflected in the basic contract on a per event basis. The following is information necessary for the contractor to calculate that per event price: The contractor will tend the trailer for 300 days in every year. The trailer will be down for maintenance for the months of November and December. The exhibit will travel approximately 2600 average miles per month and will attend approximately 6 events during a one month period. Again the government is looking to negotiate with the contractor an all inclusive per event price. The government will separately pay special fees collected by fairs and events for the trailer. The provisions and clauses in the RFP are those in effect through FAC 97-11. This procurement is a total small business set-aside. See Note 1. The SIC code and the small business size standard for this procurement are 7999 and $5M in business per year averaged over the last 3 years. The offeror will state in their offer their size status for this procurement. All qualified responsible business sources may submit an offer which shall be considered by the agency. Delivery shall be FOB Event Destination in a timely manner as called out in the individual task order. The DPAS rating for this procurement is DO-C9 Offers for the items(s) described above are due by 30 July 1999 to NASA/Lyndon B. Johnson Space Center, L. R. Ingwersen/BJ, 2101 NASA Road One, Houston, Texas 77058 and must include, solicitation number 9-BJ-45-9-1P, discount/payment terms, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a offer. Offerors shall provide the information required by FAR 52.212-1. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.203-6,52.219-8,52.219-9,52.219-14,52.222-21, 52.222-26,52.222-35,52.222-36,52.222-37, 52.225-3,52.232-33,52.222-41,52.222-42,52.222-43, 52.222-44,52.222-47 Questions regarding this acquisition must be submitted in writing no later than 19 July 1999. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price, and past performance; other critical requirements (i.e., delivery) if so stated in the solicitation will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical, price, and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/. These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See Internet Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments: http://procurement.nasa.gov/EPS/JSC/class.html Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments. See Note(s) CBDNet Numbered Notes #1,25, and NASA-Specific Number Note A. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Posted 06/23/99 (D-SN346144). (0174)

Loren Data Corp. http://www.ld.com (SYN# 0091 19990625\R-0001.SOL)


R - Professional, Administrative and Management Support Services Index Page