Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2002 FBO #0165
SOLICITATION NOTICE

V -- BENEFITS OF SPACE EXHIBIT TRAILER

Notice Date
5/14/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
9-BH13-26-02-54P
 
Response Due
5/29/2002
 
Archive Date
5/14/2003
 
Point of Contact
Michele H. Ladrach, Contract Specialist, Phone (281) 483-6096, Fax (281) 483-6336, Email michele.h.ladrach1@jsc.nasa.gov - Stephanie D. Hunter, Contracting Officer, Phone (281) 483-8523, Fax (281) 244-0995, Email stephanie.d.hunter1@jsc.nasa.gov
 
E-Mail Address
Email your questions to Michele H. Ladrach
(michele.h.ladrach1@jsc.nasa.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6. 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 Offer (RFO) for the following: The NASA Johnson Space Center (JSC) has a 53 foot technology display and exhibit trailer (Benefits of Space Exhibit and Display Trailer) that requires the services of a responsible exhibit operator/driver that can provide the services necessary to effectively transport and tour the trailer to various public fairs as well as other public events throughout the United States. This requirement includes transport and delivery of the trailer to the display sites, set up of the exhibit, backup operation of the exhibit, and disassembly of the exhibit. Trailer operational services will be required 12 months of the year. NASA's commitment to the successful operation of the Benefits of Space Exhibit is paramount, therefore NASA is going to initially award a six month contract with three twelve month options and one eighteen month option. The exercise of each option is contingent upon the successful contractor's performance during the previous period of performance, and the Contracting Officer's determination to exercise the option in accordance with FAR 17.207. The basic contract period of performance is 6 months from July 1, 2002 through December 31, 2002, with option 1 for 12 months from January 1, 2003 through December 31, 2003, option 2 for 12 months from January 1, 2004 through December 31, 2004 and option 3 for 12 months from January 1, 2005 through December 31, 2005, and option 4 for 18 months from January 1, 2006 through June 30, 2007. The Government anticipates awarding an Indefinite Delivery Indefinite Quantity contract to procure these services. Under this contract type, the Government will issue delivery orders under the framework of the basic contract. The contractor shall identify key personnel assigned to this task. Key personnel are defined as; program or project manager(s), driver(s)/exhibit operator(s) and consultant(s)(if consultants are employed, state their responsibilities). The contractor shall provide photographs showing the entire inside and outside views of the tractor to be used under this contract. Once the contract is awarded the outside of the tractor is required to be painted white. The contractor shall provide demonstrated exhibit experience and hauling experience in the past performance section of your proposal. Please provide THREE EMPLOYMENT references FOR BOTH FIRM AND DRIVER(S) FROM THE PAST FIVE YEARS. Include the names, addresses, and phone numbers of all references. The contractor shall provide a detailed, written, transition plan that identifies seamless assumption of trailer operations. The transition plan shall address all contract requirements. Trailer and Exhibit Operating System Availability The contractor shall provide a detailed plan for accomplishing the level of basic preventive maintenance required to ensure the successful operation of all trailer operating/mechanical systems for the trailer itself and the equipment in it. Successful operation is defined as non-degraded performance of all trailer operating/mechanical systems required to meet the program schedule. The contractor shall be responsible for the delivery of the trailer to and from authorized maintenance and repair firms as needed. The contractor shall accomplish any required repair of the following trailer components/operating systems within a maximum time to repair of 48 hours and provide a written plan that demonstrates that capability. The trailer is currently equipped with the equipment listed below. -Auxiliary air conditioning system (Custom 6 Ton, using Tecumseh compressors) -60 kilowatt generator (Kohler model 60 ROZK in sound-deadening enclosure) -Slide out compartments (Custom, hydraulically operated with manual override capability) -Audio/Visual controller(AMX Axcent 2 Integrated system, AMX RAD MC6/120 and MC/120 four and six zone RADIA lighting master controllers, AMX eight button Mini-Softwire wired panel) -Commercial DVD player and amplifiers (Panasonic, models 7300 and 7500) -Projection sytem (Proxima, model 9260) -Other trailer operating/mechanical systems (chassis, axles, hydraulic leveling system, tires) The Government may pay separately for maintenance and repair of the trailer through this contract. Any repairs greater than $500 shall be pre-approved by the Contracting Officer in writing. The contractor shall bill separately for repair and maintenance of the exhibit. The offeror should not include the costs for repairs and maintenance of the exhibit in your proposal. Modification/Downtime Support The contractor shall include in its price provision for two trips to JSC in support of the repair/upgrade work to the trailer performed during the annual (mid-November-mid-January) modification/downtime period at NASA/JSC. Safety Requirements The contractor shall be in compliance with the Benefits of Space Safety Plan and Safety Mishap Investigation Plan as identified in the attached documents. The price of all delivery orders will be a single uniform average price reflected in the basic contract on a per event basis. The following information is necessary for the contractor to calculate a per event price. The contractor will tend the trailer for 300 days of the year. The trailer will be down for maintenance in the months of November and December. The exhibit will travel approximately 2,600 average miles per month and will attend approximately 6 events during a one month period. The Government will negotiate with the selected contractor an all-inclusive per event cost. The Government will pay separately for special fees collected by fairs and other public events that the Benefits of Space Exhibit and Display Trailer attends. The offeror should not include special fees collected by fairs and other public events in your proposal. The Statement Of Work (SOW) serves as the Government's baseline requirements. Award will be based on the overall best value to the Government, with consideration given to the factors proposed; technical merit, relevant past performance and cost. For selection purposes, the value characteristics will be weighted in importance as follows: 1. Relevant Past Performance 40% 2. Technical Merit 30% 3. Cost 30% These value characterisics are performanced based and permit selection of the offer which provides better results for a marginal increase in price. All offers will be evaluated judged against these value characteristics. Evaluations will be based on the premise that, if all offerors are of approximately equal qualitative merit award will be made to the offeror with the lowest evaluated price. The Government will consider making award to an offeror with higher qualitative merit if the difference in price is commensurate with added value. Conversely, the Government will consider making award to an offeror whose offer has lower qualitative merit if the price differential between it and the other offers warrants doing so. The Government will evaluate offers in two general steps: Step 1. An initial evaluation will be performed to determine if all required information has been provided and the offeror has made a reasonable attempt to present an acceptable offer. Offerors may be contacted for only clarification purposes during the initial evaluation. Offers determined not to be acceptable shall be notified of their disqualification and the reasons therefore and excluded from further consideration. Step 2. All acceptable offers will be evaluated against the specifications and SOW included with the solicitation announcement as well as the three value characteristics. Based on this evaluation, the Government has the option based on the circumstances of the offers received to utilize one of the following methods: (a) Make selection and award without discussions: (b) Make selection without determining finalists or conducting discussions and enter into negotiations only with the successful offeror; or (c) After discussions with all finalists, afford each offeror the opportunnity to revise their offer and then make selection. The provisions and clauses in the RFO are those in effect through FAC 01-06. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 541614 and $5,000,000 respectively. The offeror shall 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. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 3:00 p.m CDT May 29, 2002. Submit four (4) copies of your firm's proposal to NASA Johnson Space Center, Projects Procurement Office,Attn: BH/Michele Ladrach, 2101 NASA Road 1, Houston, TX 77058 and must include, solicitation number, FOB destination to this Center, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall 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 an 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. Addenda to FAR 52.212-4 are as follows: 52.217-7 Option for Increased Quantity-Separately Priced Line Item (MAR 1989) The Government may require the delivery of option 1,2,3 and 4, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of the end of the contract period. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties agree otherwise FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.203-6, 52.219-8, 52.219-14, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-42, 52.222-43, 52.222-44, 52.222-47, 52.225-3, 52.232-33 The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Selection and award will be in accordance with FAR 52.212-2 Questions regarding this acquisition must be submitted in writing no later than May 22, 2002. Selection and award will be in accordance with FAR 52.212-2 with the following value characteristics: 1. Relevant Past Performance, 2. Technical Merit, and 3. Cost. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement. 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 NASA Specific 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 (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=73 Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#101088)
 
Record
SN00077028-W 20020516/020514213608 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.