Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2008 FBO #2351
SOLICITATION NOTICE

W -- Tent rental, to include installation and removal

Notice Date
5/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532299 — All Other Consumer Goods Rental
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
 
ZIP Code
20223
 
Solicitation Number
PR150415
 
Point of Contact
Siobhan E. Mullen,, Phone: 202-406-6818
 
E-Mail Address
siobhan.mullen@usss.dhs.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Reference number 150415 is issued as a Request for Proposal (RFP) through Federal Acquisition Circular 05-21. The NAICS code is 532299 - tent rental and the small business size standard is $6.5 million. All responsible sources may submit a proposal which shall be considered. Award will be made on an all or none basis. The Government will award a firm fixed price contract. The Government will not be responsible for any costs accrued or incurred in response to this solicitation. Overview of Requirement: The United States Secret Service (USSS) has a requirement to establish a BPA for tent rental in the Denver, Colorado area. All interested parties must contact Siobhan Mullen via email by 12:00pm EST, Friday, May 9, 2008 to be considered for award. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Statement of Work Dated May 2, 2008 Project Description: Tent Rental, with installation and removal. Vendor shall provide all the necessary labor, supplies, and equipment to provide for the delivery, set-up and removal of the tents for use during the DNC in four locations in Denver, CO between August 18, 2008 to August 29, 2008. A plan indicating placement of the tents will be issued to the vendor awarded the project and a "walkthrough" will be needed by the vendor awarded the contract to establish placement. Installation: Tents must be delivered and set up by the vendor at the Secret Service designated location starting Monday, August 18, 2008. Installation of the tents will be coordinated through a designated United States Secret Service POC. All tents must be delivered at one time. The vendor will deliver the tents to the site and install the tents at the USSS designated locations. When possible, the tents will be "staked" into the ground and the vendor should be able to repair or "fill" any of the holes made by the staking into the asphalt. It is understood that on harder surfaces such as concrete, a block weight systems will be used to hold the tents in place. Truck drivers, back up drivers, laborers will be the responsibility of the vendor to allow for all possible contingencies. The vendor is requested to submit a cost to retain back-up tents, to be available on a 24/7 basis with a one-hour response time to reposition or install/set-up additional tents during the contract period. It is anticipated that the composition of the emergency response crew will be determined by the vendor in order to complete the job within the specified time period. The vendor shall develop and coordinate a detailed plan of action for required services. Removal: tents must be removed by the vendor from all locations on Friday, August 29, 2008. Removal of the tents will be coordinated through the designated United States Secret Service POC. Format for Proposal: Part A. Pricing - the offeror shall provide a total price for each line item: Delivery will be made to 1 location: Denver, CO 80204 Set-up and removal to be included in price CLIN 0001: (2) tents, 40' wide x 100' long x 15' high with side flaps/lighting/air coolers CLIN 0002: (1) tent, 50' wide x 250' long x 10' high with side flaps/lighting/air coolers CLIN 0003: (1) tent, 20' wide x 60' long x 10' high with side flaps/lighting/air coolers CLIN 0004: (2) tents, 20' wide x 80' long x 10' high with side flaps/lighting/air coolers CLIN 0005: (1) tent, 10' x 10' no side flaps/lighting/air coolers CLIN 0006: cost to retain back-up tents, to be available on a 24/7 basis with a one-hour response time to reposition or install/set-up additional tents during the contract period. Part B Contractor Information: 1) Provide the name, title, telephone number, fax number, and email address of the point of contact. 2) Provide the nine-digit DUNS and the nine-digit TIN. DUNS is used to verify that the vendor is in CCR and a small business for the NAICS specified. The Taxpayer Identification Number is necessary for electronic payment. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. 3) If you have not completed the annual representations and certifications electronically at http://orca.bpn.gov, please fill in the representations and certifications in the Solicitation. If you use ORCA, then do not fill out and sign those pages. Part C Technical Proposal The page limit is 10. Do not include Part A Pricing or Part B Contractor Information in the Part C Technical Proposals. Technical Proposals shall include, but are not limited to: **Overview and/or plan of how they will meet the needs of United States Secret Service (USSS) **Names of staff, including statements that they are likely to be approved for access (U.S. citizenship, no felony record, etc.) Submit proposal Parts A, B and C to Siobhan Mullen via email only by 12:00pm EST, May 9, 2008. The entire email must not be greater than 3 MB; if the proposal is above that limit, please send multiple emails. Faxed proposals will not be accepted. Submitting by postal mail is strongly discouraged as postal mail is scanned prior to acceptance; you will miss the deadline. Please put "PR150415, Tent Rental" in the subject line. If you do not receive an email confirmation of receipt of your proposal, then your proposal has not been received. Late proposals will not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Evaluation Criteria The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The government intends to evaluate the proposal on the following factors: (1) Price; (2) Technical Capability and (3) Delivery capability. Pricing will be the most important factor. The government intends to award a firm fixed price contract to the responsible offeror whose proposal, conforming to the solicitation as provided herein, is lowest in price. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ The following DHS Provisions are applicable: 3052.209-70 Prohibition on Contracts with Corporate Expatriates 3052.204-90 Unauthorized Use of Name 3052.204-71 Contractor Employee Access The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2 Evaluation--Commercial Items. Award will be based on: 1) price; and 2) the technical capability of the services offered to meet the requirements of the Statement of Work FAR 52.212-3 Offerors Representations and Certifications--Commercial Items FAR 52-212-4 Contract Terms and Conditions--Commercial Items F AR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Applicable Clauses are as follows) FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.203-6, Restrictions on Subcontractor Sales to the Government FAR 52.222-3, Convict Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.222-41, Service Contract Act of 1965, as Amended (JUL 2005) **These DHS and FAR Provisions and Clauses may be accessed via: http://www.arnet.gov/far/, www.dhs.gov. Requests for copies of FAR Provisions or Clauses will not be accepted. Submit email request for DHS Provisions.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8c2982d459d51442155824f782249fd0&tab=core&_cview=1)
 
Place of Performance
Address: Denver, Colorado, 80204, United States
Zip Code: 80204
 
Record
SN01565867-W 20080504/080502220210-8c2982d459d51442155824f782249fd0 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.