Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

99 -- Small Arms Test and Evaluation Complex (SATEC) Geo-Specific Set Dressing

Notice Date
9/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326150 — Urethane and Other Foam Product (except Polystyrene) Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-09-T-0336
 
Archive Date
10/6/2009
 
Point of Contact
Christine G. Anderson, Phone: 757-893-2715
 
E-Mail Address
christine.anderson@vb.socom.mil
(christine.anderson@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being accepted and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ). The solicitation number is H92244-09-T-0336. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure props and set dressings for SATEC located at Ft. Story, Virginia Beach, Virginia. All responsible sources may submit a quotation which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2006-36 effective 11 August 2009. This procurement is 100% small business set-aside. The associated NAICS code is 326150 with a business size standard of 500 employees. The Defense Priority and Allocation System (DPAS) rating for the procurement is DO-C9. Section B Schedule of Supplies and Services Clin 0001 Props and Set Dressing Material in Multi-Function Building 928 for the following spaces. Quantity 1 Lump Sum 1st floor. 9 offices, 1 bank, 1 police station, 1 open air court yard, 1 restaurant, 4 kitchens, 3 dining rooms, 3 living rooms, 1 vault, 1 toilet, 1 closet, 1 lobby stairwell, 1 parking garage, and miscellaneous items throughout hallways and stairwells as identified in the statement of objectives 2nd floor. 17 offices, 6 jail cells, 1 hotel lobby, 4 hotel rooms, 6 bedrooms, 3 toilets, 1 closet, 1 copy room and miscellaneous items throughout hallways as identified in Section C. 0002 OPTION Municipal Building 922. 8 offices, 1 cafeteria, 1 copy room, 1 conference room, 1 closet, 2 toilets, and miscellaneous items for hallways. Quantity 1 Lump Sum 0003 OPTION Building 924. 3 retail shops. Quantity 1 Lump Sum 0004 OPTION Building 923. Lower Level shall include 3 retail shops, 1 lobby and 1 electrical room. Upper Level shall include 5 apartments and 9 miscellaneous spaces. Quantity 1 Lump Sum 0005 OPTION Building 926 shall include 2 retail shops. Quantity 1 Lump Sum 0006 OPTION Buidling 925. Lower Level shall include 5 offices, 1 retail shop, 1 warehouse, 2 kitchens, 1 to toilet, 2 bedrooms, 1 living room, 1 living/dining room, 1 miscellaneous space, and various items throughout hallways. Upper Level shall include 5 bedrooms, 1 toilet, 2 kitchens, 5 offices, 1 living room/dining room, 1 study and miscellanous items in hallways. Quantity 1 Lump Sum 0007 OPTION Outdoor Market Area. 1 egg vendor, 1 vegetable stand, 1 fruit stand, 1 spice/grain stand, 1 butcher shop, 1 fish stand, 1 electronic/cell phone stand, 1 bakery stand, 1 housewares stand, and 1 kabob stand. Quantity 1 Lump Sum 0008 OPTION Exterior Surroundings. 10 barrels, 75 baskets, 50 benches, 20 bikes, 25 flower boxes, 40 metal buckets and tubs, 4 sets of faux plants/shrubs, 30 tables, 10 tablesides, 10 table vendors, 20 yard tools, 15 trellises and faux vines, 3 wheel barrows, 25 signs, 10 firepits, 30 fifty five gallon drums, 5 vendor carts, 50 galvanized buckets. Quantity 1 Lump Sum 0009 OPTION 4000 linear feet of false walls. Quantity 4000 Feet 0010 OPTION 5 Homemade Explosive Labs, Quantity 5 each 0011 OPTION 6 Five (5) Weapons Caches, Quantity 5 each 0012 OPTION 7 Seventy-five (75) Window Plugs, Quantity 75 each 0013 OPTION 8 Building 927. Lower Level shall include one (1) movie theater, two (2) lobbies, four (4) miscellaneous spaces, seven (7) retail shops and various items throughout hallways. Upper level shall include 7 offices, 1 conference room, 3 miscellaneous spaces, and miscellaneous items in hallways. Quantity 1 Lump Sum Section C Description of Supplies/Services Small Arms Test and Evaluation Complex (SATEC) Geo-Specific Set Dressing and Props Statement of Objectives 1.0 Purpose 1.1 The purpose of this requirement is to populate Naval Special Warfare Development Group (NSWDG)Small Army Test and Evaluation Complex (SATEC) with geo-specific props and set dressings to create a realistic third world urban training environment for the development of tactics, techniques and procedures (TTPs) utilized in urban warfare. 2.0 Background 2.1 NSWDG conducts RDT&E of tactics and gear for use by Naval Special Warfare Sea Air Land personnel. The SATEC is a multi-building small arms range that is utilized for development of urban warfare and Close Quarter Battle (CQB) tactics. The training building's interiors and immediate exterior surroundings are not representative of the urban environment. A realistic third world setting is required for TTP testing and development. 3.0 Scope 3.1 The initial requirement for this effort will be the Multi-Function Building (Bldg. 928) with future options for the interior of the remaining buildings, immediate outdoor areas surrounding the SATEC Complex, an outdoor market place, Home Made Explosives (HME) labs, false walls, weapons cache, and window plugs. All props and set dressings for listed areas and rooms shall be representative of typical third world countries. Contractor shall provide a computer based 3D tour of SATEC with their props and set dressings included to provide the Government a visual of the proposed end product. This includes the design for the option years of the contract. In addition, photographs of completed similar efforts are encouraged to establish the contractors experience and ability to provide a realistic end product. 3.2 Bldg. 928 is the initial effort in this project and consists of two levels with multiple stairwells, and an open air court yard in the center. 3.2.1 Bldg. 928 lower level requires props and set dressing for the following spaces; nine (9) offices, one (1) bank, one (1) police station, one (1) open air court yard, one (1) restaurant, four (4) kitchens, three (3) dining rooms, three (3) living rooms, one (1) vault, one (1) toilet, one (1) closet, one (1) lobby stairwell, one (1) parking garage, and miscellaneous items throughout the numerous hallways and stairwells. 3.2.2 Bldg. 928 upper level requires props and set dressing for the following spaces: seventeen (17) offices, six (6) jail cells, one (1) hotel lobby, four (4) hotel rooms, six (6) bedrooms, three (3) toilets, one (1) closet, one (1) copy room, and miscellaneous items throughout the numerous hallways. 3.3 Options for Future Areas 3.3.1 Municipal Building, Bldg. 922 requires props and set dressing for eight (8) offices, one (1) cafeteria, one (1) copy room, one (1) conference room, one (1) closet, two (2) toilets, and miscellaneous items for hallways. 3.3.2 Building 924 requires props and set dressing for three (3) retail shops. 3.3.3 Building 923, lower level, requires props and set dressing for three (3) retail shops, one (1) lobby and one (1) electrical room. 3.3.4 Building 923, upper level, requires props and set dressing for five (5) apartments and nine (9) other miscellaneous spaces. 3.3.5 Building 926, requires props and set dressing for two (2) retail shops. 3.3.6 Building 925, lower level, requires props and set dressing for five (5) offices, one (1) retail shop, one (1) warehouse, two (2) kitchens, one (1) toilet, two (2) bedrooms, one (1) living room, one (1) living room/dining room, one (1) miscellaneous space, and miscellaneous items throughout hallways. 3.3.7 Building 925, upper level, requires props and set dressing for five (5) bedrooms, one (1) toilet, two (2) kitchens, five (5) offices, one (1) living/dining room, one (1) study, and miscellaneous items in hallways. 3.3.8 Market Area requires prop and set dressing to provide one (1) egg vendor, one (1) vegetable stand, one (1) fruit stand, one (1) spice/grain stand, one (1) butcher shop, one (1) fish stand, one (1) electronic/cell phone stand, one (1) bakery stand, one (1) housewares stand and one (1) kabobs stand. 3.3.8.1 Market stands shall be fabricated from 2x4 and 4x4 lumber and be populated with faux products, tarps and chain link fence. 3.9 The exterior area surrounding the SATEC building require set dressing and props to provide ten (10) barrels, seventy-five (75) baskets, fifty (50) benches, twenty (20) bikes, twenty-five (25) flower boxes, forty (40) metal buckets and tubs, four (4) sets of faux plants and shrubs, thirty (30) tables, ten (10) table sides, ten (10) table vendors, twenty (20) yard tools, fifteen (15) trellises and faux vines, three (3) wheelbarrows, twenty-five (25) signs, ten (10) fire pits, thirty (30) 55-gallon drums, five (5) vendor carts, and fifty (50) galvanized buckets. 3.10 Miscellaneous props and set dressing items include 4000 linear feet of false wall, five (5) HME labs, five (5) weapons cache, and seventy-five (75) window plugs. 4.0 Program Objectives 4.1 The desired props and set dressings shall provide a third world country setting to increase the realism of urban training evolutions conducted at SATEC. Props and set dressing material can consist of new, used and fabricated material. Use of faux products to present meat, fish, vegetable and fruit stands is desired. 5.0 Delivery and Place of Performance 5.1 Delivery for this effort shall be determined. Delivery is an evaluation factor for this procurement. 5.2 Place of performance: Initial set design, prop purchase, and prop fabrication shall be completed at the contractor's facility. Final installation and inspection by Government personnel shall be at the Small Arms Test and Evaluation Complex, Fort Story, Virginia Beach, Virginia. 6.0 Personnel Qualifications 6.1 The Contractor shall have on-site a Set Decorator Supervisor with a minimum of three (3) years of experience in designing and managing prop and set dressing installations. 6.2 All set decorator personnel shall have a minimum of one (1) year experience in the placement and installation of props, set dressing material and facade material. 7.0 Deliverables 7.1 The Contractor shall deliver bi-monthly status reports in the contractor's own format. 8.0 Contractor Furnished Materials 8.1 The Contractor shall furnish all materials, manpower, and equipment necessary for designing and installing props, set dressings and facades except those items noted in paragraph 6.5 9.0 Government Furnished Materials 9.1 The Government will provide the contractor access to 110 VAC for use of tools and lighting. Section D Delivery Schedule The delivery dates for Clins 0001 and OPTIONS 0002 through 0013 are to be determined. Section E Inspection and Acceptance Inspection and Acceptance Inspection and Acceptance for Clin 0001 and OPTIONS 0002 through 0013 shall be at Destination by the Government. Section I Clauses FAR 52.202-1 Definitions Jul 2004 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Apr 2008 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Sep 2006 FAR 52.211-14 Notice of Priority Rating for National Defense Use Sep 1990 FAR 52.211-15 Defense Priority and Allocation Requirements Apr 2008 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Jul 2009 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Mar 2009 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Apr 2009 FAR 52.219-6 Notice of Total Small Business Set-Aside Jun 2003 FAR 52.219-8 Utilization of Small Business Concerns May 2004 FAR 52.219-9 Small Business Subcontracting Plan Apr 2008 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Aug 2009 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action For Workers With Disabilities Jun 1998 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003 FAR 52.232-36 Payment by Third Party May 1999 FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.242-15 Stop Work Order Aug 1989 FAR 52.243-1 Changes-Fixed Price Aug 1987 FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug 1987 FAR 52.246-25 Limitation of Liability - Services Feb 1997 FAR 52.247-34 F.o.b. Destination Feb 2006 FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan 2009 DFARS 252.211-7003 Alt I Item Identification and Valuation Alt I Aug 2008 DFARS 252.212-7001 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) Jul 2009 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Jan 2009 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Jan 2009 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003 DFARS 252.225-7012 Preference For Certain Domestic Commodities Dec 2008 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.243-7002 Requests for Equitable Adjustments Mar 1998 DFARS 252.247-7023 Transportation of Supplies by Sea Aug 2002 SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan 2007 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Jan 2005 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil FAR 52.212-2 Evaluation- Commercial Items Jan 1999 •(a) 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 following factors shall be used to evaluate offers: • i. past performance (includes photographs of previous work done similar to this project) • ii. technicaldelivery • iii. delivery • iv. price Past performance, technical and delivery, when combined, are relatively equal when compared to price. Award will be made based on best value determination to the government. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (AUG 2007) - Alternate 1 Jul 2009 FAR 52.222-22 Previous Contracts and Compliance Reports Feb 1999 FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or Fees Dec 2004 FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007 FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May 1989 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 DFARS 252.212-7000 Alt I Offeror Representations and Ceritfications- Commercial Items (AUG 2007)- Alternate 1 Jun 2005 SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Leigh Walker, telephone (757) 893-2713. SOFARS 5652.204-9004 Foreign Persons (JAN 2006) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office no later than 12:00 p.m. on 14 September 2009. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Christine Anderson, Contract Specialist; 1636 Regulus Avenue, Virginia Beach, VA Phone: 757-893-2715 Fax: 757-893-2957 Email address: christine.anderson@vb.socom.mil. SOFARS 5652.232-9003 Paying Office Instructions (2005) (a) The Primary Contracting Office Point of Contact for this contract is: Anthony Witherspoon, NSWDG, 1636 Regulus Avenue, BLDG 302, Virginia Beach, VA 23461; anthony.witherspoon@vb.socom.mil, Phone (757) 893-2720 or Connie Hayes, NSWDG, 1636 Regulus Avenue, BLDG 302, Virginia Beach, VA 23461; connie.hayes@vb.socom.mil, Phone (757) 893-2717. (b) Payment will be made by the office designated in Block 12 on Standard Form 26, Block 25 on Standard Form 33, Block 15 on DD form 1155, Block 18a on the Standard From 1449 or otherwise designated paying office. Quotes must be received no later than 4:00 p.m. Eastern Standard Time (EST) on 21 September 2009. The offeror agrees to hold its prices in its quote firm for ninety (90) calendar days from the date specified for receipt of quotes. Quotes shall be emailed to Christine Anderson. Offerors must scrutinize this solicitation and ensure their quotes and submissions comply with all requirements. It is not sufficient to merely state your quote complies with the solicitation requirements. You must clearly identify how your quote meets all of the solicitation requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-09-T-0336/listing.html)
 
Place of Performance
Address: Small Arms and Testing and Evaluation Compound, Bldg. 928, Vung Tau Road, Virginia Beach, Virginia, 23459-5034, United States
Zip Code: 23459-5034
 
Record
SN01945939-W 20090910/090909085756-ea093aae72b1c6388a8f12026d1fef78 (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.