Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
MODIFICATION

99 -- 99 - COMMISSIONING OF USS KIDD DDG100

Notice Date
5/16/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N68836-07-T-0107
 
Response Due
5/17/2007
 
Archive Date
6/1/2007
 
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 N68836-07-T-0107 is issued as a Request for Quotation (RFQ), on behalf of Naval Air Station Corpus Christi, TX 78419, 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 - Numbered Note 1 applies. Fleet Contracting Center, Corpus Christi Texas intends to purchase and obtain support services for the commissioning of the USS Kidd (DDG100) on 09 Jun 2007, berth pier side at Pier 21, Port of Galveston, Galveston, TX 77550. 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 to be located at the Harbor House Hotel located at 28 Pier 21, Galveston Texas 77550. One team member will be on site commencing 0800, 30 May through 1200 11 June 2007. 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 (items (2) and (3) removed)(4) One copier capable of sorting, stapling 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. (5) One case of 8.5" x 11" and one ream of 8.5" x 14" (6) Five (5) Cellular phones for use by VIP Escorts and Drivers. An estimated 200 minutes per phone is required. (7) Four (4) HP Laser Jet 12a print cartridges for printing brochures and documents. 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 Public Address System who will be present each day, Mon-Sat. This representative should contact the set-up coordinator, via the Contracting 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 Contracting 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. 3000 Folding Chairs: Lay-out instruction for 2500 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 is 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 without arms for VIP seating at the Platform Center. (1) Set up to commence at 0800, 05 JUNE 2007 (2) Set up must be complete by 1800, 07 JUNE 2007, (3) Strike down may commence at 2100, 09 JUNE 2007 (4) Strike down must be complete by 1200, 10 JUNE 2007. Stacking chairs required 0700, 05 JUNE 2007. Surge seating is deployed at the direction of KIDD Head Usher on commissioning day. The two chair sections closest to the after brow 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 to be provided by the set up coordinator. 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. (1) Set up to commence at 0800, 05 JUNE 2007, (2) Set up must be complete by 1800, 07 JUNE 2007, (3) Strike down may commence at 2100, 09 JUNE 2007, (4) Strike down must be complete by 1200, 10 JUNE 2007. c. Decorations: Red, White & Blue Nylon bunting (with eyelets) is required for the ship, press stand, brows, and adjacent areas to be assigned. Approximately 2,500 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, 06 JUNE 2007 (vendor must avoid rehearsal schedule), (2) Set up must be complete by 1800, 07 JUNE 2007. NOTE: Bunting must be 36? tall with each color 12?. The color pattern must have blue at the top then white then red. The top and bottom must have at least a 1 inch white seam with the appropriate eyelets installed in the seam. d. Restrooms: Ten 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 sewerage are to be emptied. All latching mechanisms shall be operational. Portable toilets shall be of a one-piece molded fiberglass or plastic-type material. Drop off location to be provided by the set up coordinator. (No service is required.).(1) Set up to commence at 0800, 07 JUNE 2007, (2) Set up must be complete by 1800, 07 JUNE 2007, (3) Strike down may commence at 2100, 09 JUNE 2007, (4) Strike down must be complete by 1200, 10 JUNE 2007. 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 24?. 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. (1) Set up to commence at 0800, 05 JUNE 2007, (2) Set up must be complete by 1800, 07 JUNE 2007, f. Folding Tables: Thirty (30) 3' x 8' folding tables are required with white skirts and covers. (1) Set up to commence at 0800, 05 JUNE 2007, (2) Set up must be complete by 1800, 07 JUNE 2007, (3) Strike down may commence at 2100, 09 JUNE 2007, (4) Strike down must be complete by 1200, 10 JUNE 2007. NOTE: To prevent soiling, the vendor is required to assemble table covers and skirts at 1200, 08 JUNE 2007. g. 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, 06 JUNE 2007 (placement to be directed), (2) Set up must be complete by 1800, 07 JUNE 2007, (3) Strike down may commence at 2100, 09 JUNE 2007, (4) Strike down must be complete 1200, 10 JUNE 2007 (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. (1) Set up to commence at 0800, 05 JUNE 2007, (2) Set up must be complete by 1800, 07 JUNE 2007, (3) Strike down may commence at 2100, 09 JUNE 2007, (4) Strike down must be complete by 1200, 10 JUNE 2007. i. Provide approximately (50+/-10) hard cardboard waterproof signs (approximate size 1' x 2') for crowd control. Most sign titles (90%) will be provided prior to Wed, 09 MAY 2007 and the remainder will be provided by 1600, Fri, 01 JUNE 2007. (1) Delivery may commence by 0800, 05 JUNE 2007, (2) Delivery must be complete by 0800, 07 JUNE 2007. j. Portable Public Address System: A portable PA system with sound technician is required for rehearsal on Monday, 04 JUNE 2007 from 0700-1000. This system must be capable of addressing 300 crewmembers both standing on the pier and standing aboard ship, 510 feet in length. Portable microphones are preferred. k. Public Address System: A public address system with 6 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 5000 people sitting and standing in an approximate area of 18,000 square feet. 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 09 JUNE 2007, (6) Strike down must be complete by 1200, 10 JUNE 2007. Note: A fully rigged PA System with a qualified sound technician and generator technician are required for rehearsal 0700-1000, Monday through Friday, 04-08 JUNE 2007. During the week period commencing 04 JUNE 2007, 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 09 JUNE 2007 for the Commissioning Ceremony and Post Reception from 1600 until 2100. 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 ship?s Quarterdeck. (1) Set up must be complete by 0700, 05 JUNE 2007, (2) Removal may commence at 2100, 09 JUNE 2007. (3) Removal must be complete by 1200, 10 JUNE 2007. NOTE: Podiums that are to be used for the ceremony should be identical and of excellent quality, with a shelf to place speaker notebooks. Top should be constructed in a manner that will protect the speaker?s notes from wind/weather. Vendor must provide rain/dew cover protection for Podiums. n. Golf Carts: Three electric/gas golf carts (one with the backseat capable of folding down) and two must have the capacity transport five passengers each. Golf carts requested for 04?10 JUNE 2007 to be used in setting up the commissioning site and for transportation of elderly guests on commissioning day. q. Carpet: One 50' x 3' roll of red carpet. Must be bound on all edges. Provide one roll of double-sided carpet tape. KIDD will remove and keep carpet after the ceremony. (1) Delivery may commence by 1000, 08 JUNE 2007, (2) Delivery must be complete by 1800, 08 JUNE 2007. r. Water: Provide five thousand (5000) 12 ounce or greater bottles of water and a means to chill. (1) Delivery may commence by 1000, 08 JUNE 2007, (2) Delivery must be completed by 1800, 08 JUNE 2007. s. Generators: Provide two self standing ?silent? generators. (1) Set up to commence at 0800, 05 JUNE 2007, (2) Set up must be complete by 1800, 07 JUNE 2007, (3) Strike down may commence at 2100, 09 JUNE 2007, (4) Strike down must be complete by 1200, 10 JUNE 2007. u. Light Towers. 3 Light towers are required in locations provided by the setup coordinator. Towers should be sufficient enough to illuminate the entire ship upon command (within an instant), darken the ship on command (within an instant), illuminate the platform seating area (approx 15?x30?), and illuminate up to nine different locations on command (within an instant). Areas of illumination will be predetermined and fixed to avoid fumbling for position. A back-up plan for lighting failure should be assessed. Two of the towers may be remotely operated, but the central tower must be a scaffold with sufficient room to hold equipment, two operators, and one director. Crew of KIDD will provide director. (1) Set up to commence at 0800, 05 JUNE 2007, (2) Set up must be complete by 1700, 06 JUNE 2007, (3) Strike down may commence at 2100, 09 JUNE 2007, (4) Strike down must be complete by 1200, 10 JUNE 2007. The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.204-7 Central Contractor Registration (Oct 2003 (JUN 1999), 52.211-17 Delivery of excess Quantities (SEP 1989), 52.212-1 Instructions to Offers-Commercial (OCT 2000), 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2002), 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2004), 52.247-34 F.O.B. Destination (Nov 1991). The following FAR and DFAR provisions and clauses are incorporated by FULL TEXT: 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2005), 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (Apr 2002 (Mar 2005) Alternate 1, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAY 2002). Within 52.212-5, the following clauses apply 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (APR 2002)(E.O. 11246), 52.222-35 - Equal Opportunity for Special Disabled Veterans (DEC 2001)(38 U.S.C. 4212), 52.222-36 - Affirmative Action for workers with Disabilities (JUN 1998), 52.222-37 - Employment Reports on Special Disabled Veterans (DEC 2001)(38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases (OCT 2003), 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). 52.215-5 Facsimile Proposals (OCT 1997), 52.219-1 Small Business Program Representations (MAY 2004), 52.232-18 Availability Of Funds (APR 1984), DFAR 252.204-7004 - Central Contractor Registration (52.204-7) alternate A (NOV 2003), 252.211-7003 - Item Identification and Valuation (JAN 2004), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2003). Within DFAR 252.212-7001, the following clauses apply: 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) and 252.232-7003 Electronic Submission of Payment Requests (Jan 2004). NAVSUP H25, SPS Consolidated Server Time Zone (Jun 2006) (NAVSUP), Freedom Of Information Act (FOIA). The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. 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 include county, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number, 6) Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items (NOV 2006) and 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV 1995) with their offer. The Government intends to make a single award to the eligible, responsible Offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. Quotations must be received no later than 11:00 A.M., 17 May 07 CST. Quotations must be in writing and may be faxed or mailed to the following. Attn: Krista Slezinsky, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX 78419-5021. Fax 361-961-2394, Telephone 361-961-2998, EMAIL: krista.slezinsky@navy.mil NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-MAY-2007. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: Port of Galveston, Pier 21, Galveston Tx
Zip Code: 77550
Country: UNITED STATES
 
Record
SN01297600-W 20070519/070517223038 (fbodaily.com)
 
Source
FedBizOpps 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.