SOLICITATION NOTICE
99 -- National Mine Rescue Contest Setup - Construction Map
- Notice Date
- 3/1/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561920
— Convention and Trade Show Organizers
- Contracting Office
- Department of Labor, Mine Safety and Health Administration, Acquisition Management Branch (WV), 1301 Airport Road, Beaver, West Virginia, 25813-9426
- ZIP Code
- 25813-9426
- Solicitation Number
- 57-12MR-1065
- Archive Date
- 3/31/2012
- Point of Contact
- Mindy L. Smith, Phone: 3042563537
- E-Mail Address
-
smith.mindy@dol.gov
(smith.mindy@dol.gov)
- Small Business Set-Aside
- N/A
- Description
- Construction Map This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. The solicitation number is 57-12MR-1065 and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-55. The associated North American Industrial Classification System (NAICS) code for this procurement is 561920, Convention and Trade Show Organizers, with a small business size standard of annual receipts of $7,000,000.00 or less (as measured by total revenues, but excluding funds received in trust for an unaffiliated third party, such as bookings or sales subject to commissions. This commissions received are included as revenue). This requirement is unrestricted and only qualified Offerors will be considered. Line Item Description Quantity Unit 0001 Exhibit booths 24 EA (Each) 0002 120 volt-2000 watt (20 Amp) outlets 8 EA 0003 120 volt-500 watt (5 Amp) outlets 24 EA 0004 Mine Rescue Competition Fields 6 EA 0005 Trophy Display Area 1 EA 0006 General Meeting Room Drapery 1 EA 0007 Material handling charge per pound 1500 LB(Pound) 0008 Material handling charge per additional lb 1 LB 0009 Warehouse Special Handling Fee 1 EA 0010 Trash Removal fee 1 JA (Job) 0011 Floor Plan Fee 1 JA 0012 Reno Fire Department Plan Approvals 1 JA 0013 Registration Counters 2 EA All CLINS are to be priced in accordance with the attached Statement of Work. Statement of Work Decorating Service for MSHA's Metal and Nonmetal National Mine Rescue Contest - Reno, Nevada July30 through August 3, 2012 1.0 INTRODUCTION 1.1 Organization U.S. Department of Labor (DOL) Mine Safety and Health Administration (MSHA) Metal and Nonmetal Mine Safety and Health 1100 Wilson Boulevard Arlington, VA 22209-3939 1.2 Mission The mission of the Mine Safety and Health Administration (MSHA) is to administer the provisions of the Federal Mine Safety and Health Act of 1977 (Mine Act) and to enforce compliance with mandatory safety and health standards as a means to eliminate fatal accidents; to reduce the frequency and severity of nonfatal accidents; to minimize health hazards; and to promote improved safety and health conditions in the Nation's mines. MSHA carries out the mandates of the Mine Act at all mining and mineral processing operations in the United States, regardless of size, number of employees, commodity mined, or method of extraction. We have achieved dramatic improvements over the past 25 years and we feel that mine rescue has played a key role in developing the knowledge and understanding required to address mine emergencies successfully. 1.3 Project Background MSHA's, Metal and Nonmetal Mine Safety and Health Administration (MNM), holds a National Metal and Nonmetal Mine Rescue Contest every other year. The Contest serves as a forum providing mine rescue team personnel a unique training opportunity, allowing them to compete against one another in mock mine disasters all the while sharing and discussing mine rescue experiences and exchanging ideas that may be of mutual benefit. MSHA believes the mine rescue teams in the United States of America provide the best trained, best equipped, rescue capability in the world. We believe this contest continues to provide a quality learning experience for all involved. 2.0 REQUIREMENTS 2.1 Task Description The Contractor will provide all plans, Fire Marshall Permits, drawings, materials, labor and expertise required to build mock room and pillar mines and vendor display booths at the Reno Sparks Convention Center. Additional booths will be installed and removed at the Peppermill Reno Hotel. This will include all drapes, stanchions, floor stands, tie downs and sand bags. The warehouse for storage, to include all shipping, receiving and material handling must be in the local Reno, NV area. The contractor will work closely with MSHA personnel to build the mock mines in a timely fashion whereas all events will suffer no delays. Tear down will not begin until MSHA has completed the competitions and given verbal notification to the contractor. 2.2 Special Requirements The contractor will provide the following items and services. Charges will include delivery, installation and removal fees. 2.2.1 8 - 120 volt - 2000 watt (20 AMP) Outlets @ $ each / total 24 - 120 volt - 500 watt (5 AMP) Outlets @ $ each / total 24 - Exhibit Booths: (each booth will include items described below) @ $ each / total • 8' high back wall and 3' high side drapes • 7" x 44" one-line ID sign • 1 - 6' draped table • 2 - side chairs • 1 - wastebasket 2.2.2 6 - Mine Rescue Competition Fields: (each field will be a separate primary color - example: red/royal blue/green/yellow/purple/navy blue - and include items described below) @ $ each / total • 650' - 8(foot high) drape • 820' - 3(foot high) drape • 2 - 6' draped tables • 252 weighted sand bags* • 5 - opal side chairs • 1 - wastebasket 2.2.3 1 - Trophy Display Area: (to include) @ $ each / total • 3 - 6' x 30" Draped Tables • 40' - 8' drape (standing line of drapery) * The Contractor will install sand bags on the designated floor stand to ensure that corners will withstand communication cables (comparable to coaxial cable) which will be utilized by competition teams. If necessary, the contractor will use additional tie down methods (prior to all competitions) to ensure the stability of the field components. NOTE: Substitutions for sand bags (i.e., weighted floor stands) will not be acceptable. 2.2.4 1 - General Meeting Room Drapery (Will service; First Aid, Technician Team, Administration, Score Tabulation, and Registration/Information) • 800' (foot) 8' standing drapery • 2 - 1m x 8' panel signs 2.2.5 Additional Services: • Material Handling - The warehouse for storage, shipping and receiving of team mine rescue equipment must be in the local area of Reno, NV and within ½ hour driving distance from the Reno-Sparks Convention Center. * Storage of up to 1,500 lbs shipped from MSHA (charge per pound) * Additional per lb fee • Warehouse Special Handling Fee - (CWT) • Trash Removal - per hour fee • Floor Plan Fee - per hour fee • Reno Fire Department Plan Approvals - per approval fee • 2 - Registration Counters - per counter fee (to include) o 1 - 6' draped table o 2 - side chairs o 1 - Wastebasket Please see the attached map for further detail. 2.3 Deliverables MSHA retains the exclusive rights to all work products created under this statement of work and requires satisfactory performance by the contractor under this task order. 2.4 Expertise 2.4.1 The contractor is responsible for providing personnel with expertise in the areas stated in Sections 2.1 and 2.2 above. 3.0 ADMINISTRATIVE CONSIDERATION 3.1 Points of Contacts 3.1.1 Client Representative Mine Safety and Health Administration Metal and Nonmetal Administration Christine Mayhugh 1100 Wilson Boulevard, Room 2444 Arlington, VA 22209-3939 Office Telephone: (202) 693-9609 Facsimile: (202) 693-9619 3.1.2 Alternate Client Representative Mine Safety and Health Administration Metal and Nonmetal Administration Edward Lopez 1100 Commerce Street, Room 462 Dallas, TX 75242-0499 Office Telephone: (214) 767-8401 Facsimile: (214) 767-8405 4.0 PLACE OF PERFORMANCE 4.1 Reno-Sparks Convention and Visitors Authority P.O. Box 837 Reno, NV 89504 (775) 827-7600 4.2 Peppermill Hotel 2707 South Virginia Street Reno, NV 89502 (866) 821-9996 5.0 DURATION OF TASK 5.1 Estimated Period of Performance: July 30 through August 3, 2012 6.0 PROJECT MANAGEMENT 6.1 The contractor shall implement a management program to control and direct this task consistent with MSHA's mission and shall address all items listed in the statement of work. 6.2 The contractor shall submit an invoice to the centralized billing office after the performance under this task order is complete. 7.0 PERFORMANCE ASSESSMENT PLAN The contractor shall be evaluated on the quality and timeliness of the following (in priority order): 7.1 Capability to draft a master layout that replicates MSHA field design in compliance with all local, county and state ordinances. 7.2 Ability to provide MSHA with floor plans in a timely manner. 7.3 Ability to construct mock mines to the specifications delivered by MSHA. 7.4 Ability to provide all materials and services in a timely manner. 7.5 Ability to return the site to pre-Convention shape during post-convention activities. 8.0 PRIVACY ACT Information included in this task is protected by the provisions of the Privacy Act of 1974. All personnel assigned to this task will take proper precautions to protect the information from disclosure. Estimated Period of Performance: July 30, 2012 through August 3, 2012 Place of performance: Reno-Sparks Convention and Visitors Authority P.O. Box 837 Reno, NV 89504 (775) 827-7600 Peppermill Hotel 2707 South Virginia Street Reno, NV 89502 (866) 821-9996 The following provisions and clauses apply to this acquisition: FAR 52.204-6, Data Universal Numbering System (DUNS) Number, 52.204-7, Central Contractor Registration, 52.204-9, Personal Identity Verification of Contractor Personnel, 52.212-1, Instructions to Offerors-Commercial, 52.212-2, Evaluation-Commercial Items (See Addenda below), 52.212-3, Offeror Representations and Certifications-Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items, 52.217-8, Option to Extend Services, 52.217-9, Option to Extend the Term of the Contract, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports for Veterans, 52.222-41, Service Contract Act of 1965, 52.225-13, Restrictions on Certain Foreign Purchases, 52.233-1, Disputes, Alternate I, 52.233-4, Applicable Law for Breach of Contract Claim, 52.237-2, Protection of Government Buildings, Equipment, and Vegetation, 52.237-3, Continuity of Services. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items also applies to this acquisition to include 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Addenda to 52.212-2, Evaluation-Commercial Items (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) Technical Capabilities a. Experience b. Understanding of the Requirement ii) Past Performance iii) Price Technical Capabilities and its sub factors, are significantly more important than past performance and price. However, as Offeror's ratings for the non-price factors approach equality, price becomes significantly more important in the award decision. (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. The Government will award a single Firm Fixed Price contract from this combined synopsis/solicitation. Offerors are cautioned that an award may not necessarily be made to the lowest price offered. The Government is more concerned with obtaining superior services than with making an award at the lowest overall price to the Government. However, the Government will not make an award at a significantly higher overall price to the Government to achieve slightly superior services. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for Factor I, (Technical Capabilities). The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror's initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. TECHNICAL CAPABILITIES- The proposal will be evaluated to determine whether the Offeror's methods and approach have adequately and completely considered, defined, and satisfied the requirements specified in the solicitation and whether the Offeror's methods and approach to meeting the solicitation requirements provide the Government with a high level of confidence of successful completion within the required schedule. No pricing information is to be provided in the Technical Proposal. The Government will evaluate the Offeror's understanding of the work to be performed in accordance with the SOW. The Offeror shall submit a proposal that demonstrates its understanding of the work described in Part 2.0 of the SOW. The government must receive enough information in a proposal to make a determination that the Offeror can complete the defined work or the proposal may be considered non-responsive. PAST PERFORMANCE - The Offeror shall complete Part I of the Past Performance Questionnaire and e-mail the questionnaire to Government and private sector technical representatives responsible for the past/current contract. The Points Of Contact (POC) shall be instructed to electronically complete Part II of the questionnaire and e-mail the entire questionnaire to Contract Specialist, Mindy Smith at smith.mindy@dol.gov no later than March 15, 2012 at 9:00 am, EST. Please note, that the Past Performance Questionnaire will not be a part of the resultant contract. PRICE- The Offeror shall provide a document outlining their pricing using the contract line items listed above. Pricing must be provided separately from your technical proposal. EVALUATION SUMMARY FACTOR I - TECHNICAL CAPABILITIES-The Offeror shall submit a proposal that acknowledges the tasks identified in the Statement of Work to allow the Government to make a sufficient determination that the Offeror is capable of performing the work. Sub factor a. EXPERIENCE-The Offeror shall provide a synopsis of their experience in performing the tasks listed in the Statement of Work. Sub factor b. UNDERSTANDING OF THE REQUIREMENT- The Government will evaluate the Offeror's understanding of the work to be performed in accordance with the SOW. The Offeror shall submit a proposal acknowledging that they are capable of completing the tasks identified in the Statement of Work, outlining their method and approach to completing the requirements. FACTOR II - Past Performance-The The Government will evaluate past performance of three (3) current or previous contracts for relevancy (within 3 years) with at least one (1) previous or current contract with relevancy within the past 12 months based on how well the contractor performed on projects of similar dollar value, scope, and complexity. Offerors are advised that the Government may use past performance information obtained from centralized past performance databases and sources other than those identified by the Offeror and the information obtained may be used for both the responsibility determination and the best value decision. The absence of past performance data will be rated neither favorably nor unfavorably. Contracts listed may include those entered into with Government agencies or private sectors. For contractors with no relevant corporate past performance, the Government may take into account information regarding the past performance of predecessor companies, key personnel with relevant past performance, or subcontractors that will perform key aspects of the requirement. The Government will evaluate the Past Performance Elements specified in the Past Performance Questionnaire. FACTOR III - PRICE The Government will evaluate offers for award purposes by adding the total of all CLIN prices, including all options to ensure that pricing is not unbalanced. Price will be evaluated for completeness and reasonableness using the techniques in FAR 15.404-1(b) (2). Price will become significantly more important as technical ratings approach equality. No adjectival ratings will be used to evaluate Price. Adjectival Ratings. Proposals will be adjectivally rated against each of the evaluation factors set forth in this plan and in the solicitation. Adjectival ratings for Factor I, Technical Capabilities and for Factor II-Past Performance follow. No adjectival ratings will be used to evaluate Factor III, Price. Adjectival Ratings. The following adjectival ratings will be used: Factor I- Technical Capabilities, will be rated using the following Adjectival Scale: Outstanding-A proposal that satisfies all of the Government's requirements with extensive detail to indicate feasibility of the approach and shows a thorough understanding of the problems and offers numerous significant strengths, which are not offset by weaknesses, with an overall low degree of risk in meeting the Government's requirements. Good-A proposal that satisfies all of the Government's requirements with adequate detail to indicate feasibility of the approach and shows an understanding of the problems and offers some significant strengths or numerous minor strengths, which are not offset by weaknesses, with an overall low to moderate degree of risk in meeting the Government's requirements. Acceptable-A proposal that satisfies all of the Government's requirements with minimal detail to indicate feasibility of the approach and shows a minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Government's requirements. Unacceptable-A proposal that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal. Factor II-Past Performance, will be rated using the following Adjectival Scale: Low Risk-Little doubt exists, based on the Offeror's performance record, that the Offeror can perform the proposed effort. Medium Risk-Some doubt exists, based on the Offeror's performance record, that the Offeror can perform the proposed effort. High Risk-Significant doubt exists, based on the Offeror's performance record, that the Offeror can perform the proposed effort. Unknown Risk-Little or no relevant performance record identifiable; equates to an unknown risk rating having no favorable or unfavorable evaluation significance. Non-Price Factors: The importance of the Non-Price Evaluation Factors is in the following descending order with the most important factor listed first: Factor I, Technical Capabilities and its sub factors are significantly more important than Factor II, Past Performance and Factor III, Price. However, as Offeror's ratings for the non-price factors approach equality, Factor III, Price becomes significantly more important in the award decision. Quotes must be received by Mindy Smith, Contract Specialist, no later than 3:00 PM (EST) on March 16, 2012. Quotes will be accepted by fax at (304) 256-3332 or e-mail at smith.mindy@dol.gov. Electronic quotes must be submitted in a format compatible with Microsoft Office 2003 or Adobe. Pricing must be sent as a separate file. All questions on this requirement must be submitted in writing by e-mail to the Contract Specialist by March 13, 2012 at 9:00 AM (EST). Phone calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/57-12MR-1065/listing.html)
- Place of Performance
- Address: Reno, Nevada, United States
- Record
- SN02687197-W 20120303/120301235444-02ae52abbb9b7767a4f7214a2b638dae (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 |