Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
SOURCES SOUGHT

23 -- Request for Information (RFI) for the Armed Forces Inaugural Committee to lease trailers for the 2009 Presidential Inauguration

Notice Date
3/26/2008
 
Notice Type
Sources Sought
 
Contracting Office
Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W90RPS-AFICRFI01
 
Response Due
4/11/2008
 
Archive Date
6/10/2008
 
Point of Contact
Bryan Amsel, 202-685-4489
 
E-Mail Address
Email your questions to Contracting Center of Excellence, Army Contracting Agency (ACA)
(bryan.amsel@jfhqncr.northcom.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION ARMED FORCES INAUGURAL COMMITTEE 1.0 Description 1.1 The Armed Forces Inaugural Committee (AFIC) in support of the 2009 Presidential Inauguration is seeking information from interested contractors on the avai lability and potential cost for the contractor to provide leased trailers in the month of January 2009. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes  it does not constitute a R equest for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, AFIC is not at this time seeking proposals and will not accept un solicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested partys expen se. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potentia l offerors to monitor this site for additional information pertaining to this requirement. 2.0 Background Since 1956, the Armed Forces Inaugural Committee has been formed approximately 18 months prior to Presidential Inaugurations. The AFIC formed to support the 2009 Presidential Inauguration has been formed and is researching availability and costs of projected requirements. The primary role of AFIC is to provide military ceremonial support to the Presidential Inaugural Committee. Traditio nally, trailers have been procured to be used as command posts and media operation centers for rehearsal and inaugural events, to include Inaugural day parade, command and control, public affairs, medical and ancillary support activities. The trailers wil l be used to support scheduled training/exercises, rehearsals, and events during the designated inaugural period. Historically, 15 trailers have been required. Two trailers will be placed on the Pentagon Reservation, and the remaining 13 trailers will be located along the inaugural parade route and general area within five miles of the United States Capitol. Due to the need to limit access to sensitive operational information, the exact locations and identifying information will be provided to th e successful offeror prior to consummation of a contract. 2.1 Planned Production: AFIC is planning on following the historical model and the expectation is that the same number of trailers will be required for the 2009 Presidential Inauguration. E stimated trailer specifications may include, but are not limited to: 2.1.1: (1 Each) 12x 60 (12x 56 box) Construction Trailer: a. Interior must have two rooms, approximate size of rooms: 40 Operations center, 16 break area. Trailer must be in new or like new condition. b. Interior lights and electric heat (must have warranty or service contract to repair heat within 8 hours if it becomes inoperable.) c. 60 AMP service panel (must be able to operate two notebook computers, two tel evision monitors, a fax machine, a radio charger, and at least five small appliances.) d. 120 VAC receptacles at least 8 in the 40 room (Operations Center) and 4 receptacles in the 16 VIP room. e. At least four windows providing complete exterior v iew (one window must be on end wall) f. Two sets of exterior staircases with OSHA approved handrails. g. Two exterior doors on the same side; dead bolt locks on both doors. h. Two one inch holes (1 in each room) penetrating the floor for communica tion cables. i. Security mesh, bars or steel grate covers on all windows. j. If equipped with a bathroom, remove commode to prevent use by occupants. k . NOTE: Requires direct electrical feed. l. Contractor must be responsible for delivery, installation, leveling, and removal of trailers. Padding is required between sidewalk and trailer leveling blocks to prevent damage to sidewalks. 2.1.2: (7 Each) 12x 24 (12x 20 box) Construction Trailers: a. Trailers must be in new or like new condition. b. Interior lights and electric heat (must have warranty or service contract to repair heat within 8 hours if it becomes inoperable .) c. 60 AMP service panel (must be able to operate a computer, a radio charger, and at least two small appliances.) d. 120 VAC receptacles (at Least six) e. At least four windows providing complete exterior view (one window must be on end wall)<B R>f. One set of exterior staircases with OSHA approved handrails. g. One exterior door with dead bolt lock. h. One one inch holes penetrating the floor for communication cables. i. Security mesh, bars or steel grate covers on all windows. j. If equipped with a bathroom, remove commode to prevent use by occupants. k. Contractor must be responsible for delivery, installation, leveling, and removal of trailers. Padding is required between sidewalk and trailer leveling blocks to prevent damage t o sidewalks. 2.1.3: (7 Each) 12x 32 (12x 28 box) Construction Trailers: a. Interior must have two rooms of roughly equal size. Trailers must be in new or like new condition. b. Interior lights and electric heat (must have w arranty or service contract to repair heat within 8 hours if it becomes inoperable.) c. 60 AMP service panel (must be able to operate a computer, a radio charger, and at least two small appliances.) d. 120 VAC receptacles at least 6 in each room. e. At least four windows providing complete exterior view (one window must be on end wall) f. Two sets of exterior staircases with OSHA approved handrails. g. Two exterior doors on the same side; dead bolt locks on both doors. h. Two one inch hole s (1 in each room) penetrating the floor for communication cables. i. Security mesh, bars or steel grate covers on all windows. j. If equipped with a bathroom, remove commode to prevent use by occupants. k. Contractor must be responsible for deliv ery, installation, leveling, and removal of trailers. Padding is required between sidewalk and trailer leveling blocks to prevent damage to sidewalks. 2.1.4: Option for Exterior Skirting: The vendor will provide information regarding the potentia l cost of the vendor providing exterior skirting for each trailer. 2.2 Delivery Period: The contractor will deliver the trailers to the designated locations No Later than 12:00 Noon, 4 January 2009. The contractor will remove all trailers no later than 7:00 P.M. on 21 January 2009. 2.3 Limitations: NONE 2.4 Security Requirements: NONE 3.0 Requested Information: It is requested that the vendor provide cost per trailer for the entire period per section 2.1 and 2.2 above. < BR>4.0 Responses 4.1 Interested parties are requested to respond to this RFI with the information requested below No Later than 3:00 P.M. on 11 April 2008. 12x 60 (12x 56 box) Construction Trailer Unit Cost Optional Skirting Cost 12x 24 (12x 20 box) Construction Trailers Unit Cost Optional Skirting Cost 12x 32 (12x 28 box) Construction Trailers Unit Cost Optional Skirting Cost Vendor Information: Vendor Name Vendor Address POC Name POC Phone Business Type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-d isabled veteran-owned small business) 5.0 Industry Discussions AFIC representatives will not meet with potential offerors. 6.0 Questions< BR> Questions regarding this RFI shall be submitted in writing by e-mail to the Contracting Officer, Lt Col Bryan Amsel, at: amselb@conus.army.mil. Verbal questions will NOT be accepted. Response(s) to question(s) will be posted on the Federal Busines s Opportunities (FedBizOpps) website. 7.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide construction trailers for use by the Armed Forces Inaugural Committee and to establish estimated cost. The information provided in the RFI is subject to change and is not binding on the Government. AFIC has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to in cur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Place of Performance
Address: Armed Forces Inaugural Committee 330 C Street, SW Washington DC
Zip Code: 20599-5580
Country: US
 
Record
SN01542209-W 20080328/080326224530 (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.