Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 26, 2001 PSA #3005
SOLICITATIONS

V -- OPERATION AND TRANSPORT OF A NASA DISPLAY, VIDEO, AUDIO EXHIBITS TRAILER TO DISPLAY SITES

Notice Date
December 21, 2001
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
ZIP Code
00000
Solicitation Number
9-BH13-90-01-39P
Response Due
January 14, 2002
Point of Contact
Stephanie D. Hunter, Contracting Officer, Phone (281) 483-8523, Fax (281) 244-0995, Email stephanie.d.hunter1@jsc.nasa.gov -- Krystine O. Bui, Contracting Officer, Phone (281) 483-4186, Fax (281) 244-5331, Email krystine.o.bui1@jsc.nasa.gov
E-Mail Address
Stephanie D. Hunter (stephanie.d.hunter1@jsc.nasa.gov)
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Offers (RFO) for the following: The NASA Johnson Space Center (JSC) has a 53 foot technology display and exhibit trailer (Benefits of Space Exhibit and Display Trailer) that requires the services of a responsible professional driver that can provide the services necessary to effectively transport and tour the trailer to various public fairs as well as other public events throughout the United States. This requirement includes transport and delivery of the the trailer to the display sites, set up of the exhibit, possible backup operation of the exhibit, and disassembley of the exhibit. The services required include the proper legal transportation of the trailer to the required display sites, including the provision of a tractor for the transport of the trailer. The contractor may lease or own the tractor used to transport the trailer. The contractor will be responsible for maintenance of the tractor. The contractor will also be responsible for basic maintenance of the exhibit when necessary to ensure the successful operation of the exhibit. NASA will designate the events throughout the United States that the Benefits of Space exhibit will attend. All detailed arrangements with fairs and other exibition sites concerning the logistics,placement, and operation of the trailer are the contractor's responsibility, for example, electrical hook ups and access to power outlets. The work includes the set up of the exhibit trailer (exterior and interior audio and video equipment)as well as disassembly of the exhibit in preparation for transport to other designated events. The required work includes administrative tasks such as exhibit site surveys, management of professional drivers, on-site coordination with event managers, coordination with NASA management of drivers, travel arrangements for drivers and the scheduling of exterior maintenance of the trailer. The contractor shall be responsible for maintaining the trailer as well as the exhibit in such a manner that the interior and exterior of both the trailer and exhibit are free from debris at all times. The contractor will be responsible for the delivery to and from authorized maintenance and repair firms as needed. The government will pay seperately for maintenance and repair of the trailer. Contractor personnel (drivers) will serve as backup operators for the exhibit during display times. The requested services requires interaction with the viewing public, all contractor personnel (drivers) must interact with the public in a professional and courteous manner at all times. The behavior of all contractor personnel (drivers) including their appearance must be professional such that it always reflects favorably on NASA. The contractor must be proactive in ensuring the safety of the staff as well as guests in and around the exhibit. Safety concerns that cannot be remedied immediatley shall be reported to the Benefits of Space exhibit manager immediately. The contractor shall report all safety incidents to the Benefits of Space exhibit manager, which includes the completion of incident reports. The government will supply a minimum of 2 personnel to staff the exhibit while the trailer is on display. The contractor will be responsible for keeping the trailer in a clean serviceable condition. The basic contract period of performance is 1 year from 2/1/02 through 1/31/03, with option 1 for 2 years from 2/1/03 -- 1/31/05 and option 2 for 2 year from 2/1/05 -- 1/31/07. The government anticipates awarding an Indefinite Quantity Indefinite Delivery contract to procure these services. Under this contract type, the government will issue delivery orders under the framework of the basic contract. The price of all deliver orders will be a single uniform average price reflected in the basic contract on a per event basis. The following information is necessary for the contractor to calculate a per event price. The contractor will tend the trailer for 300 days of the year. The trailer will be down for maintenance in the months of November and December. The exhibit will travel approximately 2,600 average miles per month will attend appoximately 6 events during a one month period. The government is planning on negotiating with the selected contractor on an all inclusive per event price. The government will pay seperately for special fees collected by fairs and other public events that the Benefits of Space Exhibit and Display Trailer attends. Contractor selection will be made using the Best Value Selection (BVS) method. Selection will be made based on the best combination of price and qualitative merit (including past performance within the last 5 years) of the offers submitted with the purpose of reducing the administrative burden on both the offerors and the government. Evaluations will be based on the premise that, if all offerors are of approximately equal qualitative merit award will be made to the offeror with the lowest evaluated price. The government will consider making award to an offeror with higher qualitative merit if the difference in price is commensurate with added value. Conversely, the government will consider making award to an offeror whose offer has lower qualitative merit if the price differential between it an the other offers warrants doing so. The above statement of work serves as the government's baseline requirements. Award will be based on the overall best value to the government, with consideration given to the factors proposed, technical merit, price and past performance. For selection purposes technical merit, price, and past performance are equal in importance. These value characteristics are performanced based and permit selection of the offer which provides better results for a marginal increase in price. All offers will be uniformly judged against these value characteristics: 1. Technical Merit 2. Price 3. Past Performance The government will evaluate offers in two general steps: Step 1. An initial evaluation will be performed to determine if all required information has been porvided and the offeror has made a reasonable attempt to present an acceptable offer. Offers may be contacted only clarification purposes during the initial evaluation. Offerors determined not to be acceptable shall be notified of their disqualification and the reasons therefore and excluded from further consideration. Step 2. All acceptable offers will be evaluated against the specifications and statement of work in the solicitation announcement above as well as the three value characteristics. Based on this evaluation, the government has the option based on the circumstances of the offers received to utilize one of the following methods: (1) Make selection and award without discussions; (2) Make selection without determining finalists or conducting discussions and enter into negotiations only with the successful offeror;or (3) After discussions with all finalists, afford each offeror the opportunity to revise their offer and then make selection. The provisions and clauses in the RFO are those in effect through FAC 97-27. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are respectively 541614 and $5,000,000. The offeror shall state in their offer their size status for this procurement. All qualified responsible business sources may submit an offer which shall be considered by the agency. The DPAS rating for this procurement is DO-C9 Offers for the items(s) described above are due by January 14, 2001 at 4:30 p.m Submit proposals to the NASA/Johnson Space Center, Projects Procurement Office, to the attention of Stephanie D. Hunter, mail code HA and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a offer. Offerors shall provide the information required by FAR 52.212-1. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 is as follows: 52.217-7 Option for Increased Quantity-Separately Priced Line Item (Mar 1989) The Government may require the delivery of option 1 and 2, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.203-6,52.219-8,52.219-9,52.219-14,52.222-21,52.222-26, 52.222-35,52.222-36,52.222-37,52.225-3,52.232-33,52.222-41, 52.222-42,52.222-43,52.222-44,52.222-47 The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than December 31, 2001. Selection and award will be in accordance with FAR 52.212-2 with the following value characteristics: technical merit, price and past performance. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=73 Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=73#99659)
Record
Loren Data Corp. 20011226/VSOL003.HTM (D-355 SN5158J3)

V - Transportation, Travel and Relocation Services Index  |  Issue Index |
Created on December 21, 2001 by Loren Data Corp. -- info@ld.com