COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 12, 2000 PSA #2704
SOLICITATIONS
W -- INSTALLATION AND REMOVAL OF TEMPORARY BIKE RACK STYLE BARRICADES
- Notice Date
- October 10, 2000
- Contracting Office
- Department of the Treasury , U. S. Secret Service, Procurement Division, 950 H Street, N. W., Suite 6700, Washington, DC 20373-5802
- ZIP Code
- 20373-5802
- Solicitation Number
- 01-Q-001
- Response Due
- October 17, 2000
- Point of Contact
- Contact: Kathleen S. Wilson, Contracting Officer @ (202)406-6940
- E-Mail Address
- Click here to contact the contracting officer by e-mail (KWilson@usss.treas.gov)
- Description
- 17. 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; quotes are being requested and a written solicitation will not be issued. Solicitation number 01-Q-001 is issued as a Request for Quotation (RFQ). The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. This action is a 100% set-aside for small businesses. The SIC code is 3499, Fabricated Metal Products, and the small business size standard is 500 employees. The U.S. Secret Service has a requirement for the rental of temporary bike rack style barricades. The successful offeror shall provide the required barricades in accordance with the following specifications. The contractor shall provide all the necessary labor, supplies, and equipment to provide for the installation and removal of approximately one thousand (1,000) eight feet by four feet (8' x 4') galvanized steel bike rack style barricades to secure the Inaugural Parade route between the White House and the United States Capitol building. The location, placement, and positioning of the barriers around obstacles access sidewalks and pedestrian areas are critical to this requirement. The contractor must be located within seventy (70) miles of the Washington, DC metropolitan area for effective mobilization and demobilization during inclement weather. All barriers must be provided at one time. No turning of trucks will be allowed, all trucks will be required at one time. Each truck must be equipped with mobile radios for interaction with the D.C. Metropolitan Police and or D.C. Department of Public Works. Drivers must stay with their trucks at all times on the day of the parade. Truck drivers, backup drivers, crane operators, standby mechanic(s), and laborers will be the responsibility of the contractor to allow for all possible contingencies. It is estimated that a minimum of three (3) people will be required for each crew. The number of crews will be determined by the contractor in order to complete the job in the time period specified in the scope of work. A supervisor, who shall be familiar with all streets, specific locations and obstacles at all locations, will be part of each crew. Contractor shall be responsible for coordinating with all police agencies involved in the work area regarding traffic control. The Contractor shall provide a detailed plan of action for required services. The plan shall include detailed plan maps of every location. At a minimum, the plan shall include times for movement of all supplies and equipment and drawings/maps for placement of the temporary bike rack style barricades. The detailed plan of action shall be provided to the contracting officer's technical representative (COTR) and Contracting Officer for approval within five (5) working days of receipt of award. Barriers shall be placed starting at 5:00 am on the morning of the parade (January 20, 2001) and installation will be completed by 10:00 am. Demobilization shall not commence before 6:00 p.m. on Inauguration Day and must be completed in five (5) hours. The Government will provide parking passes/permits to the contractor. The above referenced leased equipment and material shall be returned in the condition in which they were received; normal wear and tear excepted. Prospective offerors are responsible for visiting the inauguration parade route in order to be familiar with the site conditions. The Government will make payments via electronic funds transfer through the Automated Clearinghouse (ACH) Payment System. The Government intends to award a firm fixed price contract, to the offeror whose quotation will be the most price advantageous to the Government. All responsible offerors shall mail or fax quotes to the U.S. Secret Service, Procurement Division, 950 H Street, NW Suite 6700, Washington, DC 20223, Attn: Kathleen S. Wilson; no later than the 12:00 P.M. (noon) Tuesday, October 17, 2000. Award is anticipated within fifteen (10) days of receipt of quotes. The following Federal Acquisition Regulation (FAR) clauses are applicable: 52.212-4 Contract Terms and Conditions -- Commercial Items (May 1999); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 1999). The following additional clauses cited in 52.212-5 that apply to this acquisition are: (1) 52.203-6 Restrictions on Subcontractor Sales to the Government; (11) 52.222-21 Prohibition of Segregated Facilities; (12) 52.222-26 Equal Opportunity; (13) 52.222-35 Affirmative Action for Disabled Veterans; (13) 52.222-36 Affirmative Action for Workers with Disabilities; (15) 52.222-37 Employment Reports on Disabled Veterans and (22) 52.232-33 Payment by Electronic Funds Transfer.
- Record
- Loren Data Corp. 20001012/WSOL004.HTM (W-284 SN5039G4)
| W - Lease or Rental of Equipment Index
|
Issue Index |
Created on October 10, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|