Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2008 FBO #2483
SOLICITATION NOTICE

56 -- SIGNAGE FOR SPECIAL EVENTS

Notice Date
9/11/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Support Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP4705-08-T-0024
 
Response Due
9/15/2008 3:00:00 AM
 
Point of Contact
Yolanda C. Webb,, Phone: 7037671175, James A. Spell Jr,,
 
E-Mail Address
yolanda.moore@dla.mil, james.spell@dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
SUPPORT SERVICES DESCRIPTION/SPECIFICATIONS/WORK STATEMENT 1.PURPOSE: The purpose of this statement is to establish a general contract that will provide for the administration and execution of contract services for special service, signage and meetings, which may occur in the Andrew T. McNamara Headquarters Complex (HQC) Building, or within the District of Washington National Capital Region (NCR), for the benefit of Defense Logistics Agency (DLA), or any other tenant agency within the HQC and serviced by the Defense Logistics Agency Enterprise Support (DES). 2. BACKGROUND: The DES-IFC has on-going requirement to provide finish work, labor, and signage for organization in the HQC and in leased space. There is always need to have additional support services to meet the daily requirement. This contact would augment the existing staff support in DES-IFC. 3.OBJECTIVE: Our objective is a contract, which will meet the support service requirement in leased space and at Andrew T. McNamara Headquarters Complex for the Fall and Winter quarters.. 4. SCOPE OF WORK. The contractor shall provide all labor and supplies for any service needs in support special service, signage and meetings, which may occur for any Agency within the McNamara Headquarters Complex (HQC) of the DLA, located on Fort Belvoir, Va. or within the NCR, as specified. The contractor will incorporate all set up charges, labor costs, delivery expenses and other operating costs that may be incurred with each task scheduled for each activity as specified on each order issued against the basic contract. a. REQUIREMENTS: The Contractor may rent any equipment necessary to perform the services as specified in this statement of work. Any additional purchases will be included in the contract price and will become property of the Agency responsible for the work order. The contractor will include all labor charges for purchasing, setups, dismantling, boxing for storage, and other costs relating to the specific project. These costs will be itemized by category and will be included in the proposal for each of these services. b. SETUP/ LAYOUT PLAN: The Contracting Officer (KO), or the designated Contracting Officer Representative (COR) will review the project with the Agency representative and the Contractor approximately 60 days prior to the event to discuss the proposed plans. The contractor will provide a detailed layout of the project to the COR at least 30 days prior to the event. Each project will be completed according to scheduled order and ready on the evening prior to the date of the project (or other mutually agreed upon time). A final walk through and final changes will be agreed upon and completed prior to the day of the event (or other mutually agreed upon time). d. MANAGEMENT REQUIREMENTS: Provide professional support services including but not limited to: Signage Labor Set –up and Finish Carpentry Administrative and Technical Support Services would include but not be limited to: Signage - Make appropriate signage to building standards. Labor. - Manpower required to do projects, move and set-up equipment. Administrative and Technical support to manage the tasks 5. CONTRACTOR RESPONSIBILITIES. a.The contractor shall provide labor and management services as necessary to complete the specified services and supplies required under this contract, and delivery/service order. b.The contractor shall rent, pick up, setup, and return rental equipment used to install and dismantle all materials for each event. All debris will be transported by the contractor to the appropriate disposal point located in the dumpster at the loading dock of Pod A of the HQC. c..The contractor shall, at his own expense, obtain all permits, give necessary notices, pay all licenses, fees and comply with all Municipal, County, State and Federal laws, rules, ordinances, and regulations applicable to the business performed under this contract. The contractor will assume complete and sole responsibility for all Federal, State, County, and local taxes applicable to the requirements of this contract. The contractor will be responsible for obtaining proper badges to gain clearance and access to this building when servicing the projects. d.The Contractor shall have at least one individual fluent in the English Language per event. The contractor shall provide supervision and maintain control of all employees to insure that the conduct of such individuals does not interfere with services or security. e..The contractor shall use reasonable care to avoid damaging all materials, buildings, vegetation, and equipment used for the supply and services required by this statement of work. If the contractor fails to use reasonable care, he shall replace or repair at no expense to the Government or as the COR directs. Failure of the contractor to make these repairs will cause a reduction to the original contract price. f.The contractor will be required to provide names and social security numbers for all his employees to the COR prior to the start of the contract, which will be maintained for security purposes by the DLA Security Control Office. 6.PERIOD OF PERFORMANCE One year from date of award 7. GOVERNMENT RESPONSIBILITIES. The HQC will provide Security under normal visual patrol and perform security checks at the main and minor entrances of the building. The contractor will have proper personnel badges to allow access to accomplish each task. Only by exception will the COTR will escort the contractor to the designated area.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=01301f1154d6f2ce5fd53891ae3f82e7&tab=core&_cview=1)
 
Place of Performance
Address: Andrew T. McNamara Headquarters Complex (HQC) Building, or within the District of Washington National Capital Region (NCR), for the benefit of Defense Logistics Agency (DLA), or any other tenant agency within the HQC and serviced by the Defense Logistics Agency Enterprise Support (DES)., FORT BELVOIR, Virginia, 22406, United States
Zip Code: 22406
 
Record
SN01667788-W 20080913/080911230657-01301f1154d6f2ce5fd53891ae3f82e7 (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.