SOLICITATION NOTICE
R -- LOGISTICS SUPPORT SERVICES
- Notice Date
- 9/6/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Defense Logistics Agency, Logistics Operations, DLA-DSS Corporate Contracting Office, 8725 John J. Kingman Road Suite 0119, Fort Belvoir, VA, 22060-6220
- ZIP Code
- 22060-6220
- Solicitation Number
- SP4700-02-T-0051
- Response Due
- 9/20/2002
- Archive Date
- 10/5/2002
- Point of Contact
- Brenda Geist, Contracting Officer, Phone (703)767-1172, Fax (703)767-1172, - Brenda Geist, Contracting Officer, Phone (703)767-1172, Fax (703)767-1172,
- E-Mail Address
-
brenda_geist@hq.dla.mil, brenda_geist@hq.dla.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation SP4700-02-T-0051 is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Acquisition of Commercial Items; (FAC 2001-04); 8 February 2002. This solicitation is 100% Small Business Set-Aside and the associated NAICS code is 541611, size standard is $6M. The contract line items are CLIN 0001 Project Manager, 50 Hours, CLIN 0002 Assistant Program Manager, 200 Hours, CLIN 0003 Graphic Artist 200 Hours, CLIN 0004 Laborer, 2000 Hours, CLIN 0005 Administrative Support, 2000 Hours, CLIN 0006 Sr. Consultant 20 Hours and CLIN 0007 Other Direct Costs (travel, material, subcontracts, equipment rental); all for a one-year base period, with four separately-priced option years for the same hours applicable to each CLIN. The ordering period will be 27 September 2002 through 26 September 2003 for the base year. Options may be exercised with 60 day prior written notice issued by the Government. The minimum contract amount is $10,000 and the maximum amount is the total negotiated amount for the respective base period and each option period. STATEMENT OF WORK: PURPOSE. The purpose of this statement of work is to establish a general contract that will provide for the administration and execution of contract services for special events, conferences 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 Support Services (DSS), Center of DLA. BACKGROUND. The DSS recognizes the need to invest and develop programs that will increase productivity, enhance the retention of a highly qualified workforce, decrease the conflict between work and family responsibilities, develop partnerships, and create teams to ensure mission success. The Headquarters Complex (HQC) Quality of Life (QOL) provides programs and special events to approximately 4500 civilian and 325 military personnel. OBJECTIVE. Our objective is to create one general contract, which will meet the service needs for all activities of Andrew T. McNamara Headquarters Complex and its supported activities over the next five (5) years. This general contract will represent the overall guidelines to each delivery/task order received throughout the fiscal year period. The contract, will allow any of these Agencies to request its service needs, special event requests, conferences, or special meetings by an individual delivery/service order which is under the instructions indicated by the general contract as stated in the Scope of Work. SCOPE OF WORK. The contractor shall provide all labor and supplies for any service needs, special events, conferences or special 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 project scheduled for each activity as specified on each order issued against the basic contract. 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 event. 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. SETUP/ LAYOUT PLAN: The Contracting Officer (KO), or the designated Contracting Officer Representative (COR) will review the delivery or task order 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 event to the COR at least 30 days prior to the event. Each event will be decorated according to scheduled order and ready on the evening prior to the date of the event (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). DISMANTLING/ PACKAGING/STORAGE: The contractor shall dismantle all materials and equipment at the completion of each event. The time for dismantling will be agreed upon by the contractor and the COR at the completion of each event. Once dismantled or removed from the surface of the building, the contractor shall re-box the material in its original or like containers and prepare the material for storage. Each storage container must identify the contents of the box on the outside of the container in a legible written or typed format and specify the location or area where the material was used during the event. The contractor will make arrangements to box, seal all materials and establish a designated storage area in close proximity of the HQC until they are needed for next year?s usage. MANAGEMENT REQUIREMENTS: Provide professional event production services including but not limited to: Event Production, Decorating, Set Design, Sound Engineering, Lighting, Table Design (centerpieces, linens, etc.) Administrative Support, Technical Support, Services would include but not be limited to: Meetings and planning. Attend all meetings required for the planned event. Transportation. Provide equipment/vehicles used to pickup and return all equipment and other services required for the planned event. Banners & Stake Signs. Hang/install all banners and stake signs as required. Equipment (folding chairs, folding tables, table cloths, table skirts, stanchions, ropes, water coolers, and tents) to include setup and teardown as required. Labor. Manpower required to move and set-up government equipment (i.e., picnic tables, dining area tables and chairs). Ground Maintenance. Empty trash cans and replace bags as needed throughout the enclosed event area (i.e., Family Day) including picking up of loose trash within the enclosed event area. CONTRACTOR RESPONSIBILITIES. 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. 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. 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 these events. 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. 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 KO directs. Failure of the contractor to make these repairs will cause a reduction to the original contract price. The contractor shall have Worker?s Compensation Insurance, Property Damage Insurance, and Personal injury (including death) Insurance in the amounts required by State and local laws of Fairfax County, regardless of jurisdiction. The contractor will also maintain Public Liability Insurance in the amount of $100,000.00, or the amount currently governed by the State or this Contracting Office. The contractor shall furnish the required certificates of insurance prior to performance. The contractor will be required to provide names and social security numbers for all his employees to the KO prior to the start of the contract, which will be maintained for security purposes by the DLA Security Control Office. 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 COR or KO will escort the contractor to the designated area. SAMPLE SCHEDULE OF PROJECTED EVENTS. The following list represents a sample of the various special events that may occur throughout the normal calendar year. January- Dr. Martin Luther King, Jr. Birthday, Health Month; February- National Black History Month; March- National Woman?s History Month; April ? Week of the Young Child; May- National Asian Pacific American Heritage month; June ? HQC Family Day, Army Birthday; July ? Special Interest Group Resale Event; August 26th ? Women?s Equality Day, CDC Birthday Celebration; September ? Air Force Birthday; CDC Birthday Celebration; Sep 15- Oct 15- National Hispanic Heritage Month; October ? Combined Federal Campaign, Navy Birthday, Fitness & Wellness Expo, Disability Employment Awareness Month; November ? Marine Corps Birthday, DLA Birthday and Hall of Fame Day, National Native American Heritage Month; December ? Holiday Decorations/Events, Social, Door Decorating Contest and Tree Lighting Ceremony. Other various Tenant Promotions and Retirement: HQC QOL Golf Tournament; Senior Leaders Conference; Other Various Tenant Promotions and Retirements. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Provision 52.212-2, Evaluation -- Commercial Items applies to this acquisition. The following evaluation factors are applicable in descending order of importance: Factor 1 Management, Subfactor A Ability to manage multiple special events simultaneously; Subfactor B. Ability to provide event services with two business days of a request; Subfactor C. Ability to communicate with the COR by telephone, facsimile, and electronic mail (e-mail); Factor 2 Technical, Each contractor shall provide a portfolio on their company (i.e., brochure, pictures of events, table decorations, etc.), Factor 3 Past Performance. Provide references from at least three (3) customers who use the contractors event services. Include a point of contact (POC) and telephone number. Factor 4 Price. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation is judged to be most advantageous to the Government, with price and other factors considered. When combined, all evaluation factors other than price are significantly more important than price. The Government will evaluate prices and determine their reasonableness on the basis of technical trade-off. If, after evaluation of management, technical, and past performance information, two or more proposals are determined to be relatively equal, price will be the determining factor of award. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this. FAR clauses 52.219-8, 52.219-9, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33 and 52.222-41 and 43 apply to this solicitation. Department of Labor Wage Determination No. 94-2103 Rev (26) of 29 May 02 applies to this requirement. Offers are due 20 Sep 02, 12:00 p.m., Andrew T. McNamara Headquarters Complex, 8725 John J. Kingman Road, Suite 1145, Fort Belvoir, VA 22060-6220. Please contact Ms. Brenda Geist (brenda_geist@hq.dla.mil) for ALL QUESTIONS and information regarding the solicitation.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DLA/J3/DLA-DSS/SP4700-02-T-0051/listing.html)
- Place of Performance
- Address: 8725 JOHN J. KINGMAN ROAD, FORT BELVOIR, VA
- Zip Code: 22060-6220
- Country: U.S.A.
- Zip Code: 22060-6220
- Record
- SN00160584-F 20020908/020906221131 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |