Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2005 FBO #1453
MODIFICATION

99 -- COMMISSIONING OF USS SAN ANTONIO LPD-17

Notice Date
11/16/2005
 
Notice Type
Modification
 
NAICS
561920 — Convention and Trade Show Organizers
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX, 78419
 
ZIP Code
78419
 
Solicitation Number
N68836-06-T-0029
 
Response Due
11/30/2005
 
Archive Date
12/15/2005
 
Point of Contact
Maria Gauntt, Purchasing Agent, Phone (361) 961-2669, Fax (361) 961-2394, - Larry Claridge, Purchasing Agent, Phone (361) 961-2345, Fax (361) 961-2394,
 
E-Mail Address
maria.gauntt@navy.mil, larry.claridge@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This 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; proposals are being requested and a written solicitation will not be issued. Solicitation number N68836-06-T-0029 is issued as a Request for Quotation (RFQ), on behalf of Naval Air Station Corpus Christi, TX 78419, The Fleet & Industrial Supply Center, Jacksonville, Florida, Corpus Christi Detachment. This solicitation document and incorporated provisions and clauses are those in effect through the latest edition of the Federal Acquisition Circular. This solicitation is set aside for small business. Fleet Contracting Center, Corpus Christi Texas intends to purchase and obtain support services for the commissioning of the USS San Antonio (LPD-17) on 14 Jan.2006, berth pier side at Naval Station Ingleside, Texas. Please refer to the statement of work or call buyer for details. The North American Industry Classification System (NAICS) code is 561920 and the Business Size Standard is $6.0M. A firm-fixed price supply contract is contemplated. Group 1: Command Post and Office Furniture/Equipment-a. Command Post: An air-conditioned trailer with bathroom facilities is required to serve as a command post and central planning location to handle protocol and set-up coordination for the advance team. Location is depicted in enclosure (2). Provide a 12' x 56' rental construction trailer (2). Access around the clock to accommodate late night work by the advance team is required. One team member will be on site commencing 0800, 02 Jan. until 1200, 16 Jan. Sewage (sewage pumped 3 times per week) and water service to the bathroom in the trailer is required. The command post is manned by an advance team. b. Office Furniture and Equipment: (1) Eight desks (6 for people, 2 for equipment), 8 desk chairs and 8 stacking chairs (2) Twelve telephone lines, all with long distance access, conference call, call waiting, and call pick up. Each line must stand-alone without multiple access. The commissioning support team provides the phone instruments. (3) RJ11 phone jacks to permit fax/modem hookups on all lines (4) Request DSL lines for internet access. (5) Five Nextel cellular phones 5 for VIP Escorts/Drivers.) An estimated 100-min per phone is needed (6) A dedicated plain paper fax machine, provide one cartridge of extra toner (7) One copier capable of sorting and zooming with extra toner. The copier is essential equipment. A Xerox Document Center 332DC or better is required and must be capable of duplexing and enlarging (8) Three laser printers for printing brochures. Hewlett Packard 4050 series or better. Provide extra cartridges and printer cables. (9) One case of 8.5" x 11" and one ream of 8.5" x 14" paper (10) One color printers for printing brochures with extra cartridges and appropriate printer cables. 3. Group 2. Pier Set-up/Layout-Contractor shall have a senior on-site representative from the vending company must be assigned for tents, chairs and PA who will be present each day. This representative should contact the set-up coordinators, via the Contract Officer to arrange a pier set-up/walk-through. This representative must understand that the set-up Coordinator will only discuss items within the scope of the contract. Any item the vendors consider to exceed the scope of the contract must be reported to the Contract Officer for contract modification PRIOR to execution. The Contractor will certify that their company is in possession of a current, valid, and active State of Texas Contractor?s License, for the applicable specialty. In addition, no employee or representative of the Contractor will be admitted to the site of the work unless he furnishes satisfactory proof that he/she is a citizen of the United States or if an alien, his/her residence within the United States is legal.This certification must be submitted to the Contracting Officer within two weeks of the commissioning.a. 7,000 Folding Chairs: Lay-out instruction for 5000 chairs on the pier is provided in enclosure (2), but is subject to change depending upon RSVP?s and attendance estimates.The remainder of the chairs are held in reserve for surge seating. The vendor must have a cadre of 3 personnel available on commissioning day to assist with set up of additional chairs or removal of extras. Standard folding chairs of all one color are preferred. In addition, 25 of highest quality stacking chairs for VIP seating on the dais. Stacking chairs required 0700, 10 Jan. Surge seating is deployed at the direction of SAN ANTONIO's Head Usher on commissioning day. The two chair sections closest to the ramp must be removed immediately after the ceremony. b.Tents. One 20' x 20', one 40? x 60?, and one 120' x 80' foot tents (canopy-type), without sidewalls, located per the pier/chair lay-out design provided as enclosure (2), but are subject to change. Tents must be anchored with concrete weights or water filled sturdy containers, not rely upon tent pegs driven into the pier surface, and be capable of surviving high winds/thunderstorms. Set up may commence at 0800, 11 Jan. Strike down must be complete by 1200, 16 Jan. c. Decorations: Red, White & Blue Nylon bunting (with eyelets) is required for the ship, press stand, brows, and adjacent areas to be assigned. Approximately 3,000 linear feet with ten rosettes will be required. The vendor must procure and install the bunting with the provision that the ship will remove and retain the bunting. (1) Set up may commence at 0600, 11 Jan. (vendor must avoid rehearsal schedule) (2) Set up must be complete by 1800, 12 Jan. Bunting must be 36? tall with each color 12?.The color pattern must have blue at the top then white then red. The top must have at least a 1 inch white seam with the appropriate eyelets installed in the seam. d.Restrooms-Fifteen unisex portable toilets which include two toilets dedicated to handicapped access.The entire toilet unit shall be clean and free of graffiti or other markings, unit shall appear pristine and contain no commercial markings. Toilets will include ample supply of toilet paper and seat protection. When delivery is made, trash and sewage are to be emptied. All latching mechanisms shall be operational. Portable toilets shall be of a one-piece molded fiberglass or plastic-type material. Portable toilets located per the pier/chair layout enclosure (2) + 2 handicapped portable toilets (13 + 2 = 15). (No service is required.) Set up may commence by 0800, 12 Jan. Strike down must be complete by 1200, 16 Jan. e. Press Stand: Press stand to accommodate at least 15 photographers with their equipment. The use of a flat bed truck is recommended (jacked, blocked, boarded, rails carpet and steps). If a flat bed truck is not available a sectional type stage with adjustable height is optional.The size of this type press stands should be 12' x 16'. Sectional stand 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 may commence by 0800, 11 Jan. Strike down must be complete by 1200, 16 Jan. f. Folding Tables: Thirty (30) 3' x 8' folding tables are required with white skirts and covers. Table set up only may commence by 0800, 12 Jan. Strike down must be complete by 1200, 16 Jan. To prevent soiling, the vendor is required to assemble table covers and skirts 0700, 14 Jan. g. Water-Provide 7,500 12oz or larger chilled bottles of water. (2) Delivery must be complete 1200, 13 Jan. h. Trash Cans/Clean-Up-Provide 15 trash cans (empty 50-gallon drums or equivalent that will not blow over) with bunting or fresh white paint. Trash bags should be installed with 5 spares per can. Upon completion of the commissioning ceremony, the vendor will accumulate ALL waste material and/or rubbish resulting from the ceremony and dispose of off station. Clean-up is intended to restore the pier area to the pre-commissioning condition. (1) Set up may commence by 0800, 13 Jan. (placement to be directed) (4) Strike down must be complete 1200, 16 Jan. (and be prepared to dispose of trash) i. Stanchions & Line: Provide Twenty five (25) white self-standing stanchions. Stanchions should be 3 feet tall and be made of 4x4-inch wood or PCP material. A 1-inch hole drilled through the stanchion is required to pass line. This hole should be approximately 2? from the top. Provide 1000 feet of 3/8-inch white nylon line. Delivery may commence by 0800, 12 Jan. Removal must be complete by 1200, 16 Jan. j. Provide approximately (25+/-10) hard cardboard waterproof signs (approximate size 1' x 2') for crowd control. Most sign titles (90%) will be provided prior to Wed, 14 Dec. and the remainder will be provided by 1600, Fri, 06 Jan. Delivery may commence by 0800, 02 Jan. Delivery must be complete by 0800, 12 Jan. k. Public Address System-A public address system is required for rehearsal from, 10-13 Jan. (0700 -1000) and for the commissioning ceremony on 14 Jan. (0800-1300). Sound system will have at a minimum of six speaker towers distributed on the pier and ship is required to provide undistorted (no echoes, sound delay, and feedback) sound amplification for an outdoor audience of 5,000 people sitting and standing in an approximate area of 18,000 square foot surrounded by a warehouse and other structures. The vendor should be made aware that sitting is not concert-style, but will be open. (1) Microphones at Speaker?s Podium, XO?s podium and Band Location (2) Four lavaliere microphones to wire the ship?s OOD, Petty Officer of the Watch, Signalman, and one additional (TBD) (3) Power may be available at the press stands, and the vendor must provide a silent generator (4) Two mault box for press stands (5) Strike down may commence upon completion of ceremony on 14 Jan. A fully rigged PA System with a certified and qualified sound technician and generator technician are required for rehearsal 0700-1000, Tuesday through Friday, 10-13 Jan. During the week period commencing 10 Jan. technicians when not actually on-site shall be available (within two hours) when activities require their immediate presence. PA system should remain rigged with rain/dew protection for use on 14 Jan. for the Commissioning Ceremony and Post Reception from 1200 until 1500. Because of crowd control and pedestrian traffic as well as personnel safety, all cabling runs shall be symmetrical and as unobtrusive as possible. l. Speaker?s Podiums: Provide two, executive, closed front wooden podiums on the dais. Provide one closed front wooden podium for the platform brief on 14 Jan. Set up must be complete by 0700, 10 Jan. (2) Removal may commence at 1600, 14 Jan. Podiums that are to be used for the ceremony should be identical and of excellent quality, with a shelf to place speaker notebooks. Vendor must provide rain/dew cover protection for the two podiums located on the Dais. Golf Cart: Four electric golf carts: one with the backseat capable of folding down, and three with seating capacity for 5 passengers each. Golf carts requested for use 9-14 Jan. for use in setting up the commissioning site and for transportation of elderly guests on commissioning day. Dais-A 32' x 16' dais located on the pier per pier diagram to accommodate 25 platform participants. The use of a sectional type stage with adjustable height is recommended. The dais is required to have white side-rails, steps, carpet and should be blocked. Rails should be on the back and sides. The height of the dais should be a minimum of 3' off of the ground. A suitable covering should be installed to shield platform guests from effects of weather. Dais must be in place prior to first rehearsal 0800, 10 January. Removal must be complete by 1200, 16 Jan. Ice/Tubs- Six 5' x 5' tubs capable of holding 1333 bottles of water each with an additional two hundred pounds of bagged ice in each. Delivery must be complete 1200, 13 Jan. Group 4. Charter Bus Requirements-a. VIP Convoy Buses: 8 air conditioned touring buses (min 45 passengers) are required to transport VIP guests from the VIP platform brief to the ceremony and then back to the parking area. Buses must be on station at 0800, 14 Jan. A senior bus company rep is required to attend a Transportation Briefing at 1300, Wed, 11 Jan. in the Command Post and have with him the senior driver. Following the Transportation Briefing, the Set-Up coordinator will show the vendor exactly where the buses are to report for duty and the routes they will travel. The following provision and clauses apply Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers-Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 Offeror Representations and Certifications-Commercial Items. Clause 52.212-4, Contract Terms and Conditions-Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (to include: 52.222-21 Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity: 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 2.232-33, Mandatory information of electronic funds transfer payment; clause 52.219-6 Total small business set-aside, and the following DFARs clauses apply to this acquisition 252.204-7004 Central Contractor Registration Alternate A, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and balance of Payment Program). 252-232-7003 Electronic Submission of Payment Requests. UNIT PRICES: Contractor unit prices, when incorporated into a government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its quote data with the appropriate legends and explain in detail why such data cannot be released as public record under the Freedom of Information Act. INVOICE NUMBER: In accordance with Title 5 of the Code of Federal Regulations (CFR), Part 1315, Prompt Payment, Final Rule, a vendor?s invoice number (account number and/or any other identifying number agreed to by contract) is now required for a proper invoice. PROHIBITED PACKING MATERIALS: The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper and similar hygroscopic or non-neutral material) is prohibited. In addition, loose fill polystyrene and plastic are prohibited as packing material for items with a MARK FOR as a final destination. An itemized packing slip shall be included with each shipment citing the order number. Only vendors registered in Central Contractor Registration (CCR will be considered for award. Go to www.bpn.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. Offerors that download this combined synopsis from the web site must monitor the site for amendments. Delivery shall take place as stated above. Point of contact information will be provided after reward. Vendors shall submit quotes F.O.B. Destination. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company?s complete mailing and remittance addresses, 2) Cage Code, 3) Taxpayer ID number. Offerors shall include a complete copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer.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. This solicitation will be evaluated on the following factors: Technical and price. By submission of a quote, the contractor certifies compliance with the technical requirements provided in the solicitation. The offeror shall brief description of the items. Quotations must be received no later than 1:00 PM CENTRAL TIME, November 30, 2005. Award will be issued on 01 Dec.2005. Quotations must be in writing and may be faxed or e-mailed to the following: ATTN: Maria H. (Lynda) Gauntt, Fleet & Industrial Supply Center, Corpus Christi Detachment, Telephone number (361) 961-2669 and Fax number (361) 961-2394 or maria.gauntt@navy.mil or Larry Claridge at Telephone number (361) 961-2394.
 
Place of Performance
Address: PIERSIDE NAVAL STATION INGLESIDE TEXAS
Zip Code: 78362
Country: USA
 
Record
SN00933104-W 20051118/051116212400 (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.