Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2012 FBO #3897
SOLICITATION NOTICE

R -- R706 -- USS FORT WORTH LCS3 COMMISSIONING SET-UP AND SUPPORT

Notice Date
7/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561920 — Convention and Trade Show Organizers
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Corpus Christi Office 9035 Ocean Drive Corpus Christi, TX
 
ZIP Code
00000
 
Solicitation Number
N6883612T0328
 
Response Due
8/7/2012
 
Archive Date
8/22/2012
 
Point of Contact
KRISTA SLEZINSKY 3619612998
 
Small Business Set-Aside
Total Small Business
 
Description
This 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; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-12-T-0328 applies. This solicitation documents and incorporates provisions and clauses and is in effect through Federal Acquisition and Defense Federal Acquisition Regulations, and is set aside for small business. Statement of Work Set-up for USS Fort Worth LCS 3 Commissioning, Galveston Texas 1. Enclosure (1) is broken down into three groups. a. Group 1: Command Post and Office Furniture/Equipment b. Group 2: Pier Setup/Layout c. Group 3: Rental Vehicles 2. Group 1: Command Post and Office Furniture/Equipment a.Command Post: A suitable facility with restroom access in close proximity to the Commissioning Pier has been reserved on the upper floors of the Willie G s Restaurant . Mr. Ernie Connor,E-Mail:econnor@mitchellfamilycorp.com, ph: (409)763-5806, has oversight. The Center serves as a planning and coordination site to oversee the day to operations, logistics and protocol issues associated with the Commissioning Week s events. The Command Center is manned by an advance party consisting of Mr. Dave Kellett and Mr. Gale Shaw for ten days, and Mr. Bill Huesmann, Director of Commissionings, Mr. Joe Hanna, Ms. Janice Chizmar and Ms. Ashley Langlinais for one week. b. Office Furniture and Equipment: (1) One copier capable of sorting, stapling and zooming with extra toner. The copier is essential equipment. A color Konica/Minolta BIZHUB C250 (fax/scan/copy) or equivalent is requested. (2) One case of 8.5" x 11" and one ream of 8.5" x 14" Paper. (3) Nineteen (19) Cellular phones for use by VIP Escorts and Drivers. An estimated 200 minutes per phone is required. (4) Tables. Two (2) eight foot by three foot tables for equipment and supplies. 3. Group 2. Pier Set-up/Layout NOTE: Once these vendors are selected, a senior on-site representative from the vending company must be assigned for tents, chairs and Public Address System who will be present each day, Mon-Sat. This representative should contact the set-up coordinators, Mr. Dave Kellett or Mr. Gale Shaw, via the Contract Officer to arrange a pier set-up/walk-through. This representative must understand that the set-up coordinator will only discuss items within the scope of the contract. Any item the vendors consider to exceed the scope of the contract must be reported to the Contract Officer for contract modification PRIOR to execution. The Contractor will certify that their company is in possession of a current, valid, and active State of TEXAS Contractor s License, for the applicable specialty. In addition, no employee or representative of the Contractor will be admitted to the site of the work unless he furnishes satisfactory proof that he/she is a citizen of the United States or if an alien, his/her residence within the United States is legal. This certification must be submitted to the Contracting Officer. a. 3500 Folding Chairs: Lay-out instruction for 3000 chairs on the pier is provided in enclosure (2), but is subject to change depending upon RSVP s and attendance estimates. The remainder of the chairs is held in reserve for surge seating. The vendor must have a cadre of 3 personnel available on commissioning day to assist with set up of additional chairs or removal of extras. Standard folding chairs of all one color are preferred. In addition, 25 of highest quality stacking chairs without arms for VIP seating at the Platform Center. (1) Set up may commence at 0800, 18 SEP 2012 (2) Set up must be complete by 1800, 20 SEP 2012 (3) Strike down may commence at ceremony conclusion. (4) Strike down must be complete by 1800, 22 SEP 2012 NOTE: Stacking chairs required 0700, 18 SEP 2012. Surge seating is deployed at the direction of USS FORT WORTH Head Usher on commissioning day. b. Tents. One 10 x 10 , one 30' x 30' and one 80 x 120 foot tent (canopy-type), without sidewalls, located per the pier/chair lay-out design provided as enclosure (2), but is subject to change. Tents must be anchored with concrete weights or water filled sturdy containers, and not rely upon tent pegs driven into the pier surface. Should be capable of surviving high winds/thunderstorms. (1) Set up may commence at 0800, 18 SEP 2012 (2) Set up must be complete by 1800, 20 SEP 2012 (3) Strike down may commence at ceremony conclusion. (4) Strike down must be complete by 1800, 22 SEP 2012 c. Decorations: Red, White & Blue Nylon bunting (with eyelets) is required for the ship, press stand, brows, and adjacent areas to be assigned. Approximately 1500 linear feet with ten rosettes will be required. The vendor must procure and install the bunting with the provision that the ship will remove and retain the bunting. (1) Set up may commence at 0600, 19 SEP 2012 (vendor must avoid rehearsal schedule) (2) Set up must be complete by 1800, 20 SEP 2012 NOTE: Bunting must be 36 tall with each color 12 . The color pattern must have blue at the top then white then red. The top and bottom must have at least a 1 inch white seam with the appropriate eyelets installed in the seam. d. Restrooms: Ten unisex portable toilets which include two toilets dedicated to handicapped access. The entire toilet unit shall be clean and free of graffiti or other markings, unit shall appear pristine and contain no commercial markings. Toilets will include ample supply of toilet paper and seat protection. When delivery is made, trash and sewerage are to be emptied. All latching mechanisms shall be operational. Portable toilets shall be of a one-piece molded fiberglass or plastic-type material. Portable toilets located per the pier/chair layout enclosure (2) + 2 handicapped portable toilets (8 + 2 = 10). (No service is required.) (1) Set up may commence at 0800, 20 SEP 2012 (2) Set up must be complete by 1800, 20 SEP 2012 (3) Strike down may commence at ceremony conclusion. (4) Strike down must be complete by 1800, 22 SEP 2012 e. Press Stand: Press stand to accommodate at least 15 photographers with their equipment. A sectional type stage with adjustable height is ideal. The size of this type press stands should be 12' x 24 and elevated 3 feet. Sectional stand is required to have side rails, steps, carpet and should be blocked. Rails should be on all four sides of the press stand with an opening at the staircase. NOTE: Must be stabilized for live TV feed. No shake. (1) Set up may commence at 0800, 18 SEP 2012 (2) Set up must be complete by 1800, 18 SEP 2012 (3) Strike down may commence at ceremony conclusion. (4) Strike down must be complete by 1800, 22 SEP 2012 f. Folding Tables: Thirty (30) 3' x 8' folding tables are required with white skirts and covers. (1) Set up may commence at 0800, 21 SEP 2012 (2) Set up must be complete by 1800, 21 SEP 2012 (3) Strike down may commence at ceremony conclusion. (4) Strike down must be complete by 1800, 22 SEP 2012 NOTE: To prevent soiling, the vendor is required to assemble table covers and skirts NET 1200, 21 SEP 2012 g. Trash Cans/Clean-Up: Provide 15 trash cans (empty 50-gallon drums or equivalent that will not blow over) with bunting or fresh white paint. Trash bags should be installed with 5 spares per can. Upon completion of the commissioning ceremony, the vendor will accumulate ALL waste material and/or rubbish resulting from the ceremony and dispose of off station. Clean-up is intended to restore the pier area to the pre-commissioning condition. (1) Set up may commence at 0800, 21 SEP 2012 (2) Set up must be complete by 1800, 21 SEP 2012 (3) Strike down may commence at ceremony conclusion. (4) Strike down must be complete by 1800, 22 SEP 2012 (ALL TRASH MUST BE REMOVED FROM PIER) h. Stanchions & Line: Provide Twenty five (25) white self-standing stanchions. Stanchions should be 3 feet tall and be made of 4x4-inch wood or PVC material. A 1-inch hole drilled through the stanchion is required to pass line. This hole should be approximately 2 from the top. Provide 1000 feet of 3/8-inch white nylon line. (1) Set up may commence at 0800, 21 SEP 2012 (2) Set up must be complete by 1800, 21 SEP 2012 (3) Strike down may commence at ceremony conclusion. (4) Strike down must be complete by 1800, 22 SEP 2012 i. Portable Public Address System: A portable PA system with sound technician is required for rehearsal on Tuesday, 18 SEP 2012 from 0700-1000. This system must be capable of addressing 100 crewmembers both standing on the pier and standing aboard ship, 320 feet in length. Portable microphones are preferred. j. Public Address System: A public address system with 6 speaker towers distributed on the pier and ship is required to provide undistorted (no echoes, sound delay, or feedback) sound amplification for an outdoor audience of 4000 people sitting and standing in an approximate area of 10,000 square feet. The vendor should be made aware that sitting is not concert-style, but will be open (1) Microphones at Speaker s Podium, XO s podium and Band Location. (2) Four lavaliere microphones to wire the ship s OOD, Petty Officer of the Watch, Quartermaster, and one additional (TBD). (3) Power may be available at the press stands, and the vendor must provide a silent generator. (4) Two mault box for press stands. (5) Strike down may commence upon completion of ceremony on 22 SEP 2012. (6) Strike down must be complete by 1800, 22 SEP 2012. Note: A fully rigged PA System with a certified and qualified sound technician and generator technician are required for rehearsal 0700-1000, Tuesday through Friday, 18 SEP 2012 thru 21 SEP 2012. During the week period commencing 17 SEP 2012, technicians when not actually on-site shall be available (within two hours) when activities require their immediate presence. PA system should remain rigged with rain/dew protection for use on 22 SEP 2012 for the Commissioning Ceremony and Post Reception from 1100 until 1500. Because of crowd control and pedestrian traffic as well as personnel safety, all cabling runs shall be symmetrical and as unobtrusive as possible. k. Speaker s Podiums: Provide two, executive, closed front wooden podiums on the ship s Quarterdeck. (1) Set up may commence at 0800, 18 SEP 2012 (2) Set up must be complete by 1800, 18 SEP 2012 (3) Strike down may commence at ceremony conclusion. (4) Strike down must be complete by 1800, 22 SEP 2012 NOTE: Podiums that are to be used for the ceremony should be identical and of excellent quality, with a shelf to place speaker notebooks. Top should be constructed in a manner that will protect the speaker s notes from wind/weather. Vendor must provide rain/dew cover protection for Podiums. l. Ambulance: An emergency medical team and ambulance will be required to standby from 0900-1500, 22 SEP 2012 in the vicinity of the First Aid station. A back-up ambulance is requested in the event the on-scene ambulance is dispatched. m. Golf Carts: Six (6) electric/gas golf carts (Four (4) with the backseat capable of folding down and Two (2) must have the capacity to transport five passengers each. Golf carts requested for use 17 SEP 2012 thru 22 SEP 2012 for use in setting up the commissioning site and for transportation of elderly/handicapped guests on commissioning day. NOTE: If gas carts are used, vendor must provide means for refueling. n. Crowd Control: Police escort is requested for the VIP procession from the VIP Briefing to the pier at 0930, 22 Sep 2012. o. Band/Saluting Battery/Honor/Color Guard: These ceremony events are being coordinated by USS FORT WORTH LCS-3. Funding support is required. Ship POC is LTJG Cavelle Thomas, (804)337-2426, cavell.thomas@lcs3.navy.mil p. Carpet: One 50' x 3' roll of red carpet. Must be bound on all edges. Provide one roll of double-sided carpet tape. USS FORT WORTH will remove and retain after the ceremony. (1) Delivery may commence by 1000, 21 SEP 2012 (2) Delivery must be complete by 1500, 21 SEP 2012 q. Water: Provide 4000 12 ounce or greater bottles of water and a means to chill. (1) Delivery may commence by 1000, 21 SEP 2012 (2) Delivery must be complete by 1500, 21 SEP 2012 r. Generators: Provide Two (2) self-standing silent generators. (1) Set up may commence at 0800, 18 SEP 2012 (2) Set up must be complete by 1800, 20 SEP 2012 (3) Strike down may commence at ceremony conclusion. (4) Strike down must be complete by 1800, 22 SEP 2012 s. Dais: A 32' x 16' dais located on the pier per pier diagram to accommodate 25 platform participants. The use of a sectional type stage with adjustable height is recommended. The dais is required to have white side-rails, steps, carpet and should be blocked. Rails should be on the back and sides. The height of the dais should be a minimum of 3' off of the ground. A suitable covering must be installed to shield platform guests from the effects of weather. (1) Set up may commence at 0800, 18 SEP 2012 (2) Set up must be complete by 1800, 19 SEP 2012 (3) Strike down may commence at ceremony conclusion. (4) Strike down must be complete by 1800, 22 SEP 2012 t. Hurricane Preparedness. Since the ceremony falls within the designated Hurricane and Tropical Storm Season, selected vendor must abide by local and State of Texas laws regarding securing pier set up items and any other structures governed by said laws in the event a storm situation arises. u. Inclement Weather Plan. Vendor must maintain a cadre of personnel to report on short notice, generally within one hour, for the 24 hour period preceding the event. This is to allow for emergency set up/ re-set up in the event foul weather impacts the venue. 4. Group 3. Rental Vehicles a. VIP Sedans: Eight (8) VIP Sedans and Eight (8) Minivans for transportation of distinguished guests. (1) Vehicles are required by 0900, 19 SEP 2012 and will be returned by 1200, 23 SEP 2012. (2) Five (5) VIP sedans should be Ford Taurus or equivalent and three (3) will need to be Lincoln Towncar or equivalent-sized car. (3) Single color (white) is desired for all vehicles if possible. (4) Provide means of refueling all motorcade vehicles. b. Transportation coordinator and point of contact for all matters pertaining to the rental of vehicles is MR. Gale Shaw at (228)366-1779. Drawing contained in the file attachment. The following provisions and clauses apply to this solicitation and are incorporated by REFERENCE: FAR 52.204-7 Central Contractor Registration, 52.204-9 Personal Identity of Contractor Personnel, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.212-1 Instructions to Offers-Commercial, 52.212-2 Evaluation-Commercial items, 52.212-4 Contract Terms and Conditions--Commercial Items, 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, 52.247-34 F.O.B. Destination, 52.252-1 Solicitation Provisions Incorporated by Reference The following provisions and clauses are incorporated by FULL TEXT: FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items Alt 1, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Within 52.212-5, the following clauses apply 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans (38 U.S.C. 4212), 52.222-36 Affirmative Action for workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans (38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.215-5 Facsimile Proposals, 52.219-1 Small Business Program Representations, 52.219-1 Alt 1 Small Business Program Representations Alternate 1, 52.223-6 Drug-Free Workplace, DFAR 252.204-7004 Central Contractor Registration (52.204-7) Alt A 252.209-7999 Representation by corporations regarding an unpaid delinquent tax liability or a felony conviction under any Federal law 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Within DFAR 252.212-7001 the following clauses apply: 252.225-7001 Buy American Act Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7006 Wide Area Workflow Payment Instructions NAVSUP 5252.204-9400 Contractor Access to Federally Controlled Facilities and/or Unclassified Sensitive Information or Unclassified IT Systems, NAVSUP H25 -- SPS CONSOLIDATED SERVER TIME ZONE (Jun 2006) (NAVSUP) All interested parties are hereby advised that the date and time for the Contracting Officer signature and the release of this contractual document are based on US Central Time Zone. All other dates and times are based on local time. To calculate your time in relation to US Central Time Zone, vendors may visit the following url: http://www.timeanddate.com/worldclock/converter.html Disclaimer: this site is not owned or maintained by the U.S. Government and therefore isn't warranted to be correct. This URL is provided as a convenience only and is not intended to preclude use of other time conversion devices. The full text of the Federal Acquisition Regulation (FAR) can be accessed at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1. company's complete mailing and remittance addresses include county, 2. Cage Code, 3. Dun & Bradstreet number, 4. Taxpayer ID number, 5. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible Offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. Quotations must be received in writing no later than 10:00 A.M., 7 Aug 2012 CST and may be faxed, mailed, or emailed to the following. Fleet Logistics Center Jacksonville, Corpus Christi Office, Attn: Krista Slezinsky, 9035 Ocean Drive, Bldg 10, Corpus Christi, TX 78419-5021. Fax 361-961-2394, Telephone 361-961-2998, Email: krista.slezinsky@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836CorpusChristi/N6883612T0328/listing.html)
 
Record
SN02813618-W 20120726/120725000159-4bb2a77264e7a97fd1a3d4bc2c1e23e3 (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.