Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2005 FBO #1299
SOLICITATION NOTICE

R -- Event planner for day and evening rehearsals and the hosting of several events for a ship leading up to the Commissioning Ceremony at Naval Base Coronado, Pier J, San Diego, CA.

Notice Date
6/15/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024405T088
 
Response Due
6/22/2005
 
Archive Date
7/22/2005
 
Description
This is a combined synopsis/solicitation N00244-05-T-0688 for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. This Procurement is issued as a small business set-aside. See numbered note 1. The Standard Industrial Code is 7389/NAICS 561920 with a small business standard of $6.0 M. The agency need is an event planner to perform tasks as identified in the below CLINS/Statement of work for day and evening rehearsals and the hosting of several events for a ship leading up to the Commissioning Ceremony at Naval Base Coronado, Pier J, San Diego, CA. Navy Public Works Center (14 July ? 3 Augus! t 2005). Email the Contracting Officer at brian.odonnell@navy.mil prior to the closing date to obtain the 2 referenced drawings (NECO does not support the upload of pdf documents). Any requests for drawings made after the closing date will not be answered. CLIN 0001: 14 July 2005: Establish Command Post in Building 3, Naval Base Coronado. Location and dimensions shown on attached drawing. Provide eight desks, eight desk chairs and eight stacking chairs, one dedicated plain paper fax machine with one extra toner cartridge, one portable water dispenser with 3-5 gallon water containers and 200 cups providing hot and cold water, one copier with extra toner (capable of sorting, zooming, duplexing, and enlarging ? Xerox model 5034 or better is required), three laser printers (HP 4050 series or better, one case of 8.5? x 11? and one ream of 8.5? x 14? copy paper, one color printer. Command Post to be operational NLT COB 14 July 2005 and disestablished NET 3 August 2005. CLIN 0002: 28 July 2005: 5000 folding chairs (all of the same color). 4500 chairs to be set-up according to layout plan, remaining 500 chairs to be held in reserve for surge seating. Set up to commence NET 0800 28 July and complete NLT 1800 28 July. Strike down to commence NET 1600 30 July and complete NLT 1200 01 August. Provide 3 personnel to on commissioning day (30 July 2005) to set up additional chairs or remove excess, at the direction of the ship?s Head Usher. CLIN 0003: 26 July 2005: 25 highest quality stacking chairs for VIP seating. Provide NLT 0700 26 July 2005. CLIN 0004: 27 July 2005: Two 80? x 120? tents (w/one 120? sidewall), one 20? x 20? tent, and two 40? x 60? tents (canopy-type). Tents to be located per layout drawing. Tents must be anchored with concrete weights or water filled sturdy containers and not rely upon tent pegs driven into the pier surface and be capable of surviving high winds/thunderstorms. Set up NET 0800, 27 July and complete NLT 1800, 28 July. Strike down NET 1600, 30 July and complete NLT 1200, 01 August. CLIN 0005: 28 July 2005: Twenty unisex portable toilets and 4 handicap accessible portable toilets (24 total toilets). Toilets to be located according to layout plan. Toilet units will be clean and free of graffiti or other markings and shall appear pristine and contain no commercial markings. Provide ample supply of toilet paper and seat protection. Units shall be free of sewage and garbage at time of delivery. No service is required. Set up NET 0800, 28 July and complete NLT 1800, 28 July. Strike down NET 1600, 30 July and complete NLT 1200, 01 August CLIN 0006: 27 July 2005: Press stand to accommodate at least 15 photographers with their equipment. Use of sectional type stage with adjustable height is recommended. The size of the press stand should be 12? x 16? and is required to have side rails, steps, and carpet and should be blocked. Rails should be on the back and sides of the press stand. Set up NET 0800, 27 and complete NLT 1800, 27 July. Strike down NET 1600, 30 July and complete NLT 1200, 01 August. CLIN 0007: 28 July 2005: Fifty (50) 3? x 8? folding tables with white skirts and covers for the sale of memorabilia and refreshments. Table set up only may commence NET 0800, 28 July and complete by 1800, 28 July. Strike down NET 1600, 30 July and complete NLT 1200, 01 August. To prevent soiling, table covers and skirts are to be assembled at 0700, 30 July. CLIN 0008: 29 July 2005: 5000 12oz or larger bottles of water. Provide 5 tubs large enough to hold 1000 bottles of water with ice. Prove 100 lbs of ice for each container. Delivery NET 0800, 29 July and complete NLT 1800, 29 July. CLIN 0009: Provide 25 trash cans (empty 50-gallon drums or equivalent that will not blow over in a wind) with bunting or fresh white paint. Trash bags shall be installed with 5 spares provided per can. Upon completion of the commissioning/post reception ceremony, the vendor will accumulate all waste material and/or rubbish resulting from the ceremonies and dispose of off-station. Clean-up is intended to restore the pier area to the pre-commissioning condition. Set up may commence NET 0800, 28 July and complete NLT 1800, 28 July. Strike down may commence NET 1600, 30 July and complete NLT 0700, 31 July. Pier must be clean of all trash and debris prior to the arrival of additional guests and follow-on activities that are not part of the scope of this solicitation planned for 0700, 31 July. CLIN 0010: 25 July 2005: Two (2) executive, closed front wooden podiums on the ship?s quarterdeck and one (1) closed front wooden podium at Naval Air Station North Island I-Bar (Building I). Podiums should be identical and of excellent quality, with a shelf to place speaker notebooks. Provide rain/dew cover protection for the two podiums located on the quarterdeck. Set must be complete NLT 0700, 25 July. Remove NET 1300, 30 July and complete NLT 01 August. CLIN 0011: 29 July 2005: Ten (10) 72? round tables with Royal Blue Table Cloths and White Skirting. Set up NET 0800, 29 July and complete NLT 1600, 29 July. Remove NET 1600, 30 July and complete NLT 1200, 01 August. To prevent soiling, table covers and skirts to be set-up at 0700, 30 July. CLIN 0012: 29 July 2005: Fifteen (15) serpentine tables with Royal Blue Table Cloths and White Skirting. Set up NET 0800, 29 July and complete NLT 1600, 29 July. Remove NET 1600, 30 July and complete NLT 1200, 01 August. To prevent soiling, table covers and skirts to be set-up at 0700, 30 July. CLIN 0013: 29 July 2005: Twenty five (25) Stand Up Cocktail Tables with Royal Blue Table Cloths and White Skirting. Set up NET 0800, 29 July and complete NLT 1600, 29 July. Remove NET 1600, 30 July and complete NLT 1200, 01 August. To prevent soiling, table covers and skirts to be set-up at 0700, 30 July. CLIN 0014: 24 July 2005: Five (5) electric golf carts. One of these five golf carts must be capable of having the backseat fold-down. Navy will provide power source for recharging. Deliver NLT 1700, 24 July and pick-up NET 0700, 01 August. CLIN 0015: 30 July 2005: One (1) portable public address system at Naval Air Station North Island I-Bar (Building I) for use 0800-110, 30 July. System must be capable of addressing 350 guests. CLIN 0016: Public address system for commissioning ceremony. Sound system will have a minimum of six speaker towers distributed on the pier and ship as required to provide undistorted (no echoes, sound delay, feedback, etc) sound amplification for an outdoor audience of 5,000 people sitting and standing in an approximate area of 18,000 square feet surrounded by a warehouse and other structures. Seating is open, not concert-style. Provide microphones at speaker?s podium, XO?s podium and Band Location. Provide four lavaliere microphones to wire the ship?s OOF, POOW, Signalman, and one additional (TBD). Power may be available at the press stands, but vendor must provide a silent generator. Provide two mault box for press stands. Set up PA system in time for rehearsal at 0700, 25 July and is to remain set up for the ceremony on 30 July. A certified and qualified sound technician and generator technician are required to be on-site 0700-1000 and be on two-hour call-back atall other times daily 25-29 July for rehearsal and all day on 30 July. Strike down may commence at completion of ceremony on 30 July and will be complete NLT 1200, 01 August. PA system should remain gigged with rain/dew protection. All cabling runs shall be symmetrical and as unobtrusive as possible. CLIN 0017: A senior on-site representative from the vending company must be on-site each day 25-30 July for coordination of tents, chairs and PA system. This representative will work closely with the Ship?s Commissioning Set-up Coordinator, Gale Shaw throughout the event timeline. The requirement is for a firm-fixed price type contract with 17 CLINs. Contractor is to provide a unit price for each CLIN and total their price. Contractor is also required to provide a technical plan explaining how it will meet the required delivery schedule. The Period of Performance is listed above in the CLIN descriptions. In accordance with 52.211-8 Time of Delivery, all services must be performed in accordance with the schedule?no deviations are allowed. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors C! ommercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; 52.212-5 Facsimile Proposals; Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. DFARS clauses 252.212-7000, Offeror Representations and Certifications-Commercial Items and addendum clause DFARS clause 252.225-7035, Buy-American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program Certificate; Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.243-1 Changes?Fixed Price; DFAR 252.243-7001 Pricing of Contract Modifications; FAR 52.219-6 Notice of Total Small Business Set! -Aside; The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 222.41 Service Contract Act, FAR 52.222-42 Statement of Equivalent rates for federal Hires; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DFARS 252.225-70001 Buy American Act and Balance of Payment Program. DFAR 252.204-7004 Required Central Contractor Registration, applies to allsolicitations issued on or after 6/1/98; Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at www.ccr.gov for more information. Please ensure compliance with this regulation when submitting your proposal: 52.247-35 F.O.B Destination, Within Consignee?s Premises. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation?s minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable the Offeror must furnish a technic! al plan that demonstrates that the offeror can meet all requirements stated in the above purchase descriptions. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company?s services that meet the specifications, along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 3:00 PM PST, 22 June 2005 and will be accepted via FAX (619)-532-1088, Attn: Brian O?Donnell (619.532.3445) or e-mail brian.odonnell@navy.mil). Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq-ref.navy.mi! l/turbo/arp51.htm/
 
Web Link
Click here to learn more about FISC San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00830534-W 20050617/050615212425 (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.