Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2010 FBO #3119
SOLICITATION NOTICE

W -- This is a combined synopsis/solicitation for audio services.

Notice Date
6/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Fort Jackson DOC, Directorate of Contracting, Building 4340, Magruder Street, Fort Jackson, SC 29207-5491
 
ZIP Code
29207-5491
 
Solicitation Number
W9124C-10-T-0009
 
Response Due
6/10/2010
 
Archive Date
8/9/2010
 
Point of Contact
Roberto Zepeda, 803-751-3304
 
E-Mail Address
Fort Jackson DOC
(roberto.e.zepeda@us.army.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. This is a combined synopsis/solicitation for audio services prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-41. This solicitation is set aside for small businesses. The NAICS code applicable to this procurement is 532490 with a small business size standard of $7.0 Million. Companies must be registered in the Central Contractor Registration database with NAICS code 532490 and have completed Online Representations and Certifications as discussed below in order to receive award. The Federal Acquisition Regulation (subpart 4.12) now requires that prospective contractors complete electronic annual representations and certifications in conjunction with their required registration in the CCR Database. These annual representations and certifications are submitted via the Online Representations and Certifications Application (ORCA), a part of the Business Process Network (BPN) at http://orca.bpn.gov. CLAUSES FAR 52.212-1 Instructions to Offerors-Commerical Items FAR 52.212-3 Offeror Representations and Certifications Commercial Items FAR 52.212-4 Contract Terms and Conditions Commercial Items ADDENDUM 52-212-4 Invoices will be submitted through Wide Area Work Flow. FAR 52.214-4 (ALT 1) Bidders must provide full, accurate, and complete information as required by this solicitation and its attachments. The penalty for making false statements in bids is prescribed in 18 U.S.C. 1001. FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (2006) (Dev) FAR 52.217-8 Option to Extend Services-The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. FAR 52.217-9 Option to Extend the Term of the Contract-(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months from date of award. FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.252-2 Clause Incorporated by Reference- 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 address: http://farsite.hill.af.mil/ FAR 52.252-6 Authorized Deviations in Clause DFARS 252.212-7001Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (NOV 2008) (LOCAL CLAUSE) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) EVALUATION CRITERIA 52.212-2 EVALUATION COMMERCIAL ITEMS fill in (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: Technical evaluation will be pass/fail based on review of information submitted by offeror; (b) 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 offers specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award 1)Technical Approach: In accordance with the statement of work. All vendors which are deemed technically acceptable will be considered for the next evaluation phase which is price. At this point, price will be the deciding factor award which is lowest price technically acceptable (LPTA). 2)Price. All services are to be priced as Firm Fixed Price (FFP). The price proposal shall also include the following: Fixed hourly rates, fixed hourly rates shall be fully burdened and include all costs (direct and indirect) and profit and a complete price breakdown, which explains the development of the proposed costs. There is no page limitation on the price proposal submission. QUOTE SUBMISSION. The pricing shall be filled out as follows: CLIN 0001: Base Year Total Price $_____________ Contractor shall provide sound, lighting, staging, generator and technical support for torchlight tattoo event; In accordance with the Statement of Work. Unit Price (Fully Burden) $___________ CLIN 0002: Contractor Manpower Reporting Total Price $____________ Unit Price (Fully Burden) $____________ CLIN 1001: Option Year 1 Total Price $ ____________ Contractor shall provide sound, lighting, staging, generator and technical support for torchlight tattoo event; In accordance with the Statement of Work. Unit Price (Fully Burden) $___________ CLIN 1002: Contractor Manpower Reporting Total Price $____________ Unit Price (Fully Burden) $____________ CLIN 2001: Option Year 2 $ Total Price ____________ Contractor shall provide sound, lighting, staging, generator and technical support for torchlight tattoo event; In accordance with the Statement of Work. Unit Price (Fully Burden) $___________ CLIN 2002: Contractor Manpower Reporting Total Price $____________ Unit Price (Fully Burden) $____________ CLIN 3001: Option Year 3 Total Price $ ____________ Contractor shall provide sound, lighting, staging, generator and technical support for torchlight tattoo event; In accordance with the Statement of Work. Unit Price (Fully Burden) $___________ CLIN 3002: Contractor Manpower Reporting Total Price $____________ Unit Price (Fully Burden) $____________ CLIN 4001: Option Year 4 Total Price $ ____________ Contractor shall provide sound, lighting, staging, generator and technical support for torchlight tattoo event; In accordance with the Statement of Work. Unit Price (Fully Burden) $___________ CLIN 4002: Contractor Manpower Reporting Total Price $____________ Unit Price (Fully Burden) $____________ In support of Fort Jacksons annual 4th of July Torchlight Tattoo event, the following services are needed; The Contractor shall provide the following audio services in accordance with the statement of work: STATEMENT OF WORK Sound JBL Vertec line array system, on stage monitor system, full orchestra micing wireless mic package for rehearsal day and performance day, 2 Yamaha PM5d 56 input audio mixers, complete clip on mic setup stage monitor as required. Lighting Custom led lighting system Staging 36ft by 36 roof to cover the MWR stage, fly bays to fly speakers system, 26 ft fly bays (4 bucks) Misc 55 KW generator for rehearsal and for day of show. The contractor shall setup the speakers, speaker stands, overhead cover and lighting for the stage not later than 1800 hours on Friday, 2 July 2010 for a rehearsal for the Torchlight Tattoo event that will be held at Hilton Field on Fort Jackson Army Base, Fort Jackson, SC 29207. The contractor shall provide technical support as needed between 1800 hours and 2130 hours on Friday, 2 July 2010. The contractor shall finish all setup requirements to include the sound board wiring and visual screens not later than 1330 hours on Saturday, 3 July 2010, which is the actual day of the Torchlight Tattoo event. The contractor shall remain onsite during the course of the event to provide technical support as needed between the hours of 1800 - 2330 hours on, Saturday, 3 July 2010. The Government intends to award one firm-fixed priced contract that consist of one base year and four option years. The Request for Quotation is due by 5:30 PM EDT, June 10, 2010, responses may be emailed to Contract Specialist SSG Roberto Zepeda at roberto.e.zepeda@us.army.mil or faxed to (803) 751-5429. Alternate POC for this action is Ms. Mshindi Thomas at Mshindi.y.thomas@us.army.ml (803) 751-7704. Contracting Office Address: MICC DOC Fort Jackson 4340 Magruder Ave Fort Jackson, SC 29207 Place of Performance: Fort Jackson Army Base Fort Jackson, SC Primary Point of Contact: SSG Roberto Zepeda roberto.e.zepeda@us.army.mil Phone: (803) 751-3304 Fax: (803) 751-5429
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/24bc69ca04ba2c1190dad886644df513)
 
Place of Performance
Address: Fort Jackson DOC Directorate of Contracting, Building 4340, Magruder Street Fort Jackson SC
Zip Code: 29207-5491
 
Record
SN02169768-W 20100609/100607234454-24bc69ca04ba2c1190dad886644df513 (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.