Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2008 FBO #2547
SOLICITATION NOTICE

R -- USS George H. W. BUSH Commisioning

Notice Date
11/14/2008
 
Notice Type
Presolicitation
 
NAICS
488310 — Port and Harbor Operations
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018909T0039
 
Response Due
12/1/2008
 
Archive Date
12/3/2008
 
Point of Contact
Adam Ball 757-443-1439 Scott Wilkins, 757-443-1326
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). The Solicitation number is N00189-09-T-0039. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-27 and DFARS Change Notice 20081020. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. ! The NAICS code is 488310 and the Small Business Standard is $23.5M. This is a 100% Small Business Set-Aside. The Fleet and Industrial Supply Center (FISC) Norfolk, VA requests responses from qualified sources capable of providing the required supplies/services: I. (20,000 Each) Folding Chairs. A lay out of 20,000 folding chairs on the pier is provided in enclosure (2), but is subject to change depending upon RSVPs and attendance. Standard folding chairs of one color are required. (1) Set up commence at 0800, 5 January 2009 (2) Set up must be complete by 1800, 9 January 2009(3) Strike down may commence at 1400, 10 January 2009(4) Strike down to be complete by 1800, 11 January 2009 II. (1 Each) Press Stand (Scaffolding). Request a press stand which will accommodate at least 100 people and a brow stand to be used for steps and accessibility. Coordination of delivery date, time, and exact placement location will be arranged with Lieutenant Commander Barbara Mertz, Public Affairs Officer (PAO) for CVN-77 at (757) 817-9006.Note. The stand is constructed for outdoor use, and the dimensions should be as follows: Three Levels (24' Deep X 30' High X 40' Long)1st Level: 8' Wide X 23' High2nd Level: 8' Wide X 26' High3rd Level: 8' Wide X 30' HighStand to be built at Pier-14 in front of the viewing stand. III. (50 each) Stanchions and Line. Provide 50 white self-standing stanchions. Stanchions should be 3' tall and be made of 4" x 4" wood or PCP material. A 1" hole drilled through the stanchion is required to pass line. This hole should be approximately 2" from the top. IV. (2500 Ft) Provide 2500 feet of 3/8" white nylon line. (1) Set up commence at 0800, 8 January 2009(2) Set up must be complete by 1800, 8 January 2009(3) Strike down may commence at 1400, 10 January 2009(4) Strike down to be complete by 1800, 10 January 2009 V. (1 Each) PA System. A PA system with 12 speaker towers distributed on the pier and ship is required to provide undistorted sound amplification for an outdoor audience of 20,000 people. The vendor should be made aware that sitting is not concert-style, but will be open. Microphones should be placed at the speaker's podium, Executive Officer (XO) podium, and band location. Four lavaliere microphones to wire the ship's officer of the deck, long glass passer, and Signalman (+1). Power may be available at the press stand, but the vendor must provide a silent generator. Two malt boxes are required for the press stand.(1) A fully rigged PA system is required for rehearsal until 1600, 6 January 2009 and should remain rigged with rain/dew protection for use on 10 January 2009 until completion of ceremony. (2) Strike down may commence upon completion of the ceremony on 10 January 2009.(3) Strike down to be complete by 1800, 10 January 2009. VI. (2 each) Speaker's Podiums. Provide two executive closed front wooden podiums. (1) Set up commence at 0800, 6 January 2009(2) Set up must be complete by 1800, 6 January 2009(3) Strike down may commence at 1400, 10 January 2009(4) Strike down to be complete by 1800, 11 January 2009Note. Podiums that are to be used for the ceremony should be identical and of excellent quality, with a shelf to place speaker notebooks. The top of the podiums should be constructed in such a manner as to protect the speaker's notes from wind and effects of weather. VII. (180 Each) VIP Chairs, Deluxe Fabric Upholstered Stacking Chairs. One hundred and eighty blue square backed chairs. Chairs are to be used on the dais and aircraft elevator number 2.(1) Set up commence at 0800, 6 January 2009(2) Set up must be complete by 1800, 8 January 2009(3) Strike down may commence at 1400, 10 January 2009(4) Strike down to be complete by 1800, 10 January 2009 VIII. (2 Each) Jumbo-Tron Screen or similar. Provide two jumbo-tron screens or similar large screen viewing technology designed for outdoor use, to allow for remote and distant viewing of the actual ceremony. A technician familiar with the operation and troubleshooting of this product must be on site and available during the entire ceremony. Product must rely on generator power provided by the company.(1) Set up commence at 0800, 8 January 2009(2) Set up must be complete by 1800, 8 January 2009(3) Strike down may commence at 1400, 10 January 2009(4) Strike down to be complete by 1800, 10 January 2009 IX. (1 Each) Portable Public Address (PA) System. A portable PA system is required for rehearsals at 0800, 5 January 2009 through 9 January 2009 until 1500. This system must be capable of addressing crew members both standing on the pier and standing aboard ship. Portable microphones are preferred. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (including): 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402)52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644)52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3))52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14))52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2))52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2007) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C.3332). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) Quoters shall include a completed copy of 52.212-1 with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including:52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207)252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582)252.225-7021, Trade Agreements (MAR 2007) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note)252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (MAR 2007) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note)252.227-7015, Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320)252.232-7003, Electronic Submission of Payment Requests (MAR 2007) (10 U.S.C. 2227)252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631)252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631).52.212-1 Instructions to Offerors-Commercial Items Addendum Guidance on Submission of Proposal:Offerors are required to submit by the specified closing date and time herein with a hard copy original proposal or with an electronic copy. Offers must be received by the closing date in order to be considered. Offers received after the closing date will be deemed late and will not be considered. One copy of each offer submitted MUST BE E-MAILED to: adam.j.ball@navy.mil. Electronic files shall be Microsoft Word, Microsoft Excel, and/or Microsoft Power Point. Other than electronic offers shall be sent to the following address: (IF BY FEDEX OR UPS)Fleet & Industrial Supply Center NorfolkMail and Material Processing Center Doorway 22 Attn Adam Ball, Code 230.19550 Decatur AvenueNorfolk, VA 23511-3328 (IF BY U. S. POSTAL SERVICE)Fleet & Industrial Supply Center Norfolk Code 230.1, Room B627 (6th Floor Mailroom)1968 Gilbert Street Ste 600Norfolk VA 23511-3392 Each offeror shall submit a price proposal that clearly and concisely describes and defines the contractor's offer in response to the requirements contained herein. Unnecessary elaboration or other presentations beyond that sufficient to present a complete and effective proposal are not desired and may be construed as an indication of the offeror's lack of understanding of the scope of work and any notion of cost control. Elaborate artwork, expensive paper or bindings, and expensive visual or other presentation aids are neither necessary nor desired. The proposal shall contain all the pertinent information in sufficient detail in the one area of the proposal where it contributes most critically to the discussion. When necessary, the offeror shall refer to the initial discussion and identify its location within his proposal. Each page of each copy shall be affixed with the following legend: Source Selection InformationSee FAR 3.104 If any part of any offer takes exception to the solicitation, exceptions may provide grounds for rejection of the offer. Therefore, written questions or desired exceptions should be submitted at a time and in a manner which allows the Contracting Officer adequate time to consider the questions or exceptions. Offers shall include the following information: PAST PERFORMANCE Offerors are required to provide information on three (3) of the firm's most recently completed Federal Government (not to exceed five years since completion) for the same or similar services to those to be provided under this RFQ. Offerors may submit performance data regarding current contract performance as long as a minimum of one year of performance has been completed as of the closing date of this solicitation. Offerors who present similar contracts/orders should provide a detailed explanation demonstrating the relevance of the contract/order to the requirements of the solicitation. PRICE It is the Government's intention to award a commercial purchase order with firm-fixed pricing. EVALUATION (a)The Contracting Officer shall conduct a comparative evaluation of all offers in determining which offer affords the best value to the Government. All non-price factors are significantly more important than the price factor. Past Performance - The Contracting Officer will assess the likelihood of successful future performance by considering the past performance information submitted. Price - The Contracting Officer will determine the evaluated price in accordance with FAR 13.106-3. (end of clause) This announcement will close at 4:00 PM Norfolk, VA time on 01 DEC 2008. Contact Mr. Adam Ball who can be reached at telephone (757) 443-1439 or email: Adam.J.Ball@navy.mil. Offers must be submitted electronically at the email adam.j.ball@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/.All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8753b7eea670983178a0222d6530524f&tab=core&_cview=1)
 
Record
SN01705223-W 20081116/081114220414-9538c00cb03463a071433ea15c9a1afa (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.