Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2011 FBO #3543
SPECIAL NOTICE

54 -- MEDIA RISERS

Notice Date
8/5/2011
 
Notice Type
Special Notice
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
MICC - Joint Base Myer-Henderson Hall, Bldg 205, Room 213, 204 Lee Avenue, Fort Myer, VA 22211-1199
 
ZIP Code
22211-1199
 
Solicitation Number
W91QF711T0059
 
Archive Date
8/4/2012
 
Point of Contact
SHIRLEY A. THOMPSON, 703-696-7053
 
E-Mail Address
MICC - Joint Base Myer-Henderson Hall
(shirley.thompson5@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The MICC-JBM/HH Installation Contracting Office intends to solicit and award a firm-fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) Contract for Media Risers in accordance with attached statement of work (SOW). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisition Regulation (FAR) Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This solicitation is issued as a Request for Quotation (RFQ). This announcement constitutes the only solicitation. The announcement number is W91QF711T0059. The North American Industrial Classification System (NAICS) code for this procurement is 532490 with a small business size standard of $7.0M. This requirement is solicited as a 100% small business set-aside and only qualified offerors may submit bids. Company must be registered with Central Contractor Registration (CCR) before an award will be made. CCR may be accessed at http://www.ccr.gov. The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN:DESCRIPTIONQTYPRICE 0001: Media Riser Ellipse BASE YEAR 0002: Media Riser PA and Const BASE YEAR 0003: Media Riser WNC BASE YEAR 1001: Media Riser Ellipse OPTION YEAR 1 1002: Media Riser PA and Const OPTION YEAR 1 1003: Media Riser WNC OPTION YEAR 1 2001: Media Riser Ellipse OPTION YEAR 2 2002: Media Riser PA and Const OPTION YEAR 2 2003: Media Riser WNC OPTION YEAR 2 Statement of Work: 1. Introduction This performance work statement stipulates that the contractor will provide all services and materials as outlined in section 3.1. This statement outlines the requirement for 3 (three) outdoor press risers. The use of the press risers is for the funeral of a major public official, with national television coverage. 2. Scope of Work The desired outcome is 3 (three) press risers erected to the specifications outlined in section three. Three press risers will be erected at locations to be determined in the National Capital Area. The contractor shall provide the contracting officer with a set of graphics for each diagram that contain a plan view, isographic (3D) view, and two orthographic (elevation) views (see example), proposed construction, list of materials used for construction of the stand, bull-pen (area on ground-level in front of first riser, if applicable), stairs, and bunting. Following the award of the contract, the contractor will conduct a site survey of the three locations with representatives from the MDW Directorate of Logistics and Public Affairs Office. 3. Work to be performed 3.1 Time Frame: All press stands shall be erected within twenty-four hours from the notification of the contracting officer, or their representative, of the demise of the public official. The press stands shall be removed no later than 12 hours after the event is completed (at each respective site). 3.2 Dimensions: Site #1: Press riser at site #1 will be constructed with 3-tiered risers, not to include the ground level. Tier one dimensions are 28 feet long, 4 feet wide and 3 feet high off the ground. Tier two dimensions are 28 feet long, 4 feet wide and 5 feet high off the ground. Tier three dimensions are 28 feet long, 4 feet wide and 7 feet high off the ground. Variation in these dimensions shall not be accepted. The stanchion for the bull-pen area (ground-level) will be placed forward 3 feet from the bottom of the first riser and will extend the entire length (28 feet) of the riser. The stanchion will also extend to cover the 3 feet on both ends from the forward stanchion to the riser. The stanchion will be three feet off the ground and be either weighted black rope or black chain. Also required at this site is DuraDeck style ground cover under all portions of the structure that come in contact with the ground. DuraDeck style ground cover will also be used for the area extending 12 feet around the rear and sides, and 3 feet in front of the riser. An additional 36 square feet of ground cover will be used for the walkway between the entry control point and the riser (see "16th and Constitution" site sketch for a depiction of the ground cover). Additionally, DuraDeck style ground cover will be used to protect those areas of unpaved ground from all vehicular traffic that occurs during setup and tear down. Site #2: Press riser at site #2 will be constructed with 2-tiered risers, not to include the ground level. Tier one dimensions are 28 feet long, 4 feet wide and 3 feet high off the ground. Tier two dimensions are 28 feet long, 4 feet wide and 5 feet high off the ground. There will be no stanchions in front of this media riser. Site #3: Press riser at site #3 will be constructed as one solid platform. The platform dimensions for site #3 are 10 feet long, 8 feet wide and 4 feet high off the ground. There will be no stanchions in front of this media riser. 3.3 Stability: Each tier of the press risers at site #1 and site #2 shall be able to support at least thirty adult individuals, weighing an average of 180 lbs. Each tier must also be capable of supporting at least 500 lbs. of camera and sound equipment. The risers must be stable enough to minimize any movement from one end of the tier to the other and from tier to the next. The press riser at site #2 shall be able to support at least six adult individuals, weighing an average of 180 lbs. The riser must also be capable of supporting at least 400 lbs. of camera and sound equipment. The riser must also be stable enough to minimize any movement from one end of the riser to the other end of the riser. 3.4 Railing: The contractor shall construct a safety railing, 3 feet high, that encircles each press riser. The railing must meet OSHA guidelines. 3.5 Entry/Exit Points: Press risers at site #1 and site #2 shall have two sets of stairs at end of each tier. The steps shall be sturdy enough to support 250lbs and have a sturdy railing on both sides, and have a grade conducive to carrying equipment up the stairs. 3.6 Type of Terrain: Site 1- The erection of this press riser will be on a grassy, slightly uneven plain. Ground covering will need to be applied under each support element of the riser. The saturation of this ground is an unknown factor at the time of the event. The contractor should plan for the worst-case scenario. Site 2- The erection of this press riser will be on solid, slightly uneven concrete. Site 3- The erection of this press riser will be on a solid, slightly uneven tarred asphalt area. Ground covering may be need in the hot months to ensure the support elements do not sink into the asphalt. 3.7 Bunting: Black-pleated bunting, fit for a nationally televised funeral service, shall surround the front and sides of each tier of each press riser. The bunting shall reach from the top of the riser to the ground. The contractor shall secure the bunting at the top and the bottom of the press riser. The bunting must be able to withstand at least a 25 mph wind. 3.8 Regulatory requirements: All construction must conform to OSHA requirements. 3.9 Chairs: The contractor shall provide 5 folding chairs at each site. Period of Performance: 01-Sep-2011 to 31-Aug-2014 Place of Performance: Washington, DC The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. The following clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items and any addenda to the provision; 52.212-2, Evaluation-Commercial Items; Technical capability is more important than price, 52.212-3, Offeror Representations and Certifications-Commercial Items (Offeror must submit a completed copy with their offer); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, incorporating the following: 52.204-7, Central Contractor Registration 52.223-11, Ozone-Depleting Substances 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B Destination 52.252-2 Clauses Incorporated by Reference; (FEB 98) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.204-7004 Alt A, ALTERNATE A 252.225-7001, Buy American Act and Balance of Payment Program 252.225-7036, Buy American Act - Free Trade Agreements-Balance of Payment Program 252.232-7003, Electronic Submission of Payment Report 252.247-7023, Transportation of supplies by Sea, with Alt III 252.225-7002, Qualifying Country Sources as Subcontractors Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received no later than 2:00 P.M., Eastern Standard Time on 12 August 2011. The quote is at the discretion of the offeror. Send all packages to MICC-JBM/HH, Installation Contracting Office, 101 Bloxon Street Suite 213A Bldg. 205, Fort Myer, VA, 22211-1236, Attn: Shirley Thompson or email at shirley.thompson5@us.army.mil. SPECIAL INFORMATION MANDATORY SITE VISIT: Date: Monday - 08 August, 2011 Time: 11:00 A.M. Location: Will meet at Building 205, Room 213, Small Conference Room, Fort Myer, VA Please contact Ms. Shirley Thompson before COB (3:30 P.M. Eastern Time) 05 August 2011 to let me know if you plan on attending the mandatory site visit. THIS WILL BE THE ONLY SITE VISIT SCHEDULED. Phone #: 703-696-7053 or email @ shirley.thompson5@us.army.mil. Please make sure that you contact Ms. Thompson and that you receive a phone call verifying that she received your call or email. If you do not show for the site visit, you cannot be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8b01657225ed09b6aa18961f26163d9b)
 
Record
SN02523291-W 20110807/110805234559-8b01657225ed09b6aa18961f26163d9b (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.