SOLICITATION NOTICE
W -- Drive-In Holiday Band & Chorus Concert Service Support
- Notice Date
- 11/5/2020 9:36:34 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- W6QM MICC FDO FT BRAGG FORT BRAGG NC 28310-5000 USA
- ZIP Code
- 28310-5000
- Solicitation Number
- PANMCC21P0000000173-CS
- Response Due
- 11/10/2020 7:30:00 AM
- Archive Date
- 12/16/2020
- Point of Contact
- Tornita Ezirike, Marissa Warner, Phone: 9104329847
- E-Mail Address
-
tornita.r.ezirike.mil@mail.mil, marissa.k.warner.mil@mail.mil
(tornita.r.ezirike.mil@mail.mil, marissa.k.warner.mil@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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. The solicitation number is PANMCC21P00000000173-CS and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-09. This is a 100% Small Business Set Aside with an associated North American Industrial Classification System (NAICS) code of 532490 with a size standard of $35M. This requirement Offerors must be registered in www.sam.gov and must state that this has been accomplished when submitting the technical quote. Description of requirements (See Statement of Work for full details): The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform and execute lighting/video/audio/staging/and production staff support for the 82nd Airborne Division Band & Chorus as defined in this Statement of Work (SOW), except for those items specified as government furnished property and services.� The Contractor shall perform in accordance with (IAW) the terms and conditions of the contract and consistently with the established standards in this SOW and contract.� This includes but not limited to provide, install, set up, operate, and strike LED Video Walls, properly install, cable, strike an AV system for �Drive-in movie�-style seating, and developing pre-recorded visual media to achieve a Drive-in-movie style seating. * A list of line item number(s) or CLIN structure will be determined at time of award with consideration from industry practices* Place of Performance:� Fort Bragg, NC� 28310 Period of Performance date range: (This dates below are estimates based on projected planning and execution timelines) 16-20 Nov & 14-18 Dec QUESTIONS: The Offeror is requested to thoroughly review the requirements of this solicitation and submit any questions to this post for review by the Contract Specialist Ezirike, Tornita at tornita.r.ezirike.mil@mail.mil by 09 November 10:00 p.m., Eastern Standard Time. SUBMISSION OF QUOTE: Quotes are due by 10 November 2020 at 10:30 a.m. Eastern Standard Time to Ezirike, Tornita at tornita.r.ezirike.mil@mail.mil and Warner Marissa at marissa.k.warner.mil@mail.mil. Late offerors may not be accepted. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and any addenda to the provision. The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition and any addenda to the provision. The evaluation procedures to be used are listed by order or precedent: 1) Technical capability of the item offered to meet the Government requirement IAW the SOW:� Items quoted must demonstrate the ability to meet the technical requirements, including the delivery requirement. A mere statement that the vendor �will meet the Government�s requirements� is insufficient; the vendor must demonstrate how it will meet the requirement. The manufacturer's name and manufacturer�s complete part numbers of items shall be submitted in the quote. Drawings, product literature, pictures, and description of all quoted items shall be included or provided IAW the SOW. 2) Past performance: Evidence that offeror has history of supporting this type of acquisition, see SOW. Drawings, product literature, pictures, and description of all quoted items shall be included or provided IAW the SOW. 3) Price: �Offeror is to submit pricing on each item identified in the solicitation items referenced above. All ancillary parts and services (i.e. fuel surcharges) shall be included within the pricing structure provided. Deviations from the pricing structure may result in the quote being considered non-responsive to the solicitation. Technical and past performance are most important 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 Additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition are: The reasonableness and allowability of travel cost shall be governed by FAR 31.205-46 Travel costs. Offerors�MUST represent�prior to award�IAW��FAR rule 2019-009, published on July 14, 2020, and effective on August 13, 2020, we must inform Resolve Industrial Solutions of the implementation of the Section 889(a)(1)(B) Prohibition on Contracting with Entities Using Certain Telecommunications and Video Surveillance Services or Equipment.� Representation�should be done in System for Award Management�or completing and submitting�the representation documents attached to this combined synopsis. SAM representation is still required. BASIS OF AWARD An award will be made to the lowest price technically acceptable (LPTA) quote meeting or exceeding the acceptability standards for non-cost factors. Past performance will not be evaluated. EVALUATION. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. The following factors shall be used to evaluate quotes: (1) Technical acceptability to include (Brand Name), Past performance, Price: All pricing quoted shall be FOB Destination. Technical Acceptable/Unacceptable Ratings: Acceptable: Proposal meets the requirements of the solicitation. Unacceptable: Proposal does not meet the requirements of the solicitation. TECHNICAL COMPLIANCE: To ensure technical acceptability: a. Vendor Specifications. Items must demonstrate the ability to meet the technical requirements, including the delivery requirement. A mere statement that the vendor �will meet the Government�s requirements� is insufficient; the vendor must demonstrate how it will meet the requirement. The manufacturer's name, manufacturer�s complete part numbers, and manufacturer�s description of items shall be submitted in the quote. b. Delivery Information. Clearly state that the quote shall meet the requested Period of Performance. Quotes will be evaluated and ranked according to the provision at 52.212-2 listed in the combined synopsis. The Government intends to evaluate quotes and award a contract without discussions with vendors. Vendors should not expect requests for clarification or additional information from the Government. Therefore, the vendor�s initial quote should contain the vendor�s best terms from technical, past performance and price standpoint. However, the Government reserves the right to conduct discussions with vendors if later determined by the Contracting Officer to be necessary and in the best interest to the Government. The Government may reject any or all quotes if such action is in the public interest; and may waive informalities and minor irregularities in quotes received. DISCLAIMER: This is a request for the submission of a quote and does not constitute a contract or authorization to begin work. Nor does an offeror�s submission of a quote constitute a contract or authorize the individual or company to being work. Attachments Statement of Work Brand Name Justification Register of Wage Determinations Representation Document: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. Representation Document: 52.204-26 Covered Telecommunications Equipment or Services-Representation Provision or Clause 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-26 Covered Telecommunications Equipment or Services-Representation. 52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran� Representation and Certifications. 52.233-2 Service of Protest. 52.202-1 Definitions. 52.203-5 Covenant against Contingent Fees. 52.203-6 Restrictions on Subcontractor Sales to the Government. 52.203-7 Anti-Kickback Procedures. 52.204-7 System for Award Management 52.204-8 Annual Representations and Certifications 52.204-13 System for Award Management Maintenance 52.217-8 Option to Extend Services 52.222-41 Service Contract Labor Standards 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-1 Payments. 52.232-39 Unenforceability of Unauthorized Obligations. 52.244-6 Subcontracts for Commercial Items 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7000 Disclosure of Information OCT 2016 252.204-7003 Control of Government Personnel Work Product APR 1992 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.223-7004 Drug Free Work Force SEP 1988 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.247-7023 Transportation of Supplies by Sea FEB 2019 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) � 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 2020) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: �(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2020) (Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (5) 52.233-3, Protest After Award (Aug 1996) (31�U.S.C.�3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 ( 19�U.S.C.�3805�note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _XX_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (June 2020), with Alternate I (Oct 1995) (41�U.S.C.�4704 and 10�U.S.C.�2402). _XX_ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Jun 2020) (41�U.S.C.�3509)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) _XX_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) ( 31�U.S.C.�6101�note). _XX_ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). _XX_ (8) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Jun 2020) (31�U.S.C.�6101�note). _XX__(i) 52.219-6, Notice of Total Small Business Set-Aside (Mar 2020) (15�U.S.C.�644). _XX_ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15�U.S.C.�637(d)(2) and (3)). _XX_-(i) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) (15�U.S.C.�644(r)). _XX_ (29) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). __ (30) _XX__(i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246). __ (ii) Alternate I (Feb 1999) of 52.222-26. __ (31) _XX__(i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38�U.S.C.�4212). _XX__(i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29�U.S.C.�793). _XX_ (33) 52.222-37, Employment Reports on Veterans (Jun 2020) (38�U.S.C.�4212). XX__ (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). XX__(i) 52.222-50, Combating Trafficking in Persons (Oct 2020) (22�U.S.C.�chapter�78 and E.O. 13627). _XX_ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun XX__ (58) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) (31�U.S.C.�3332). _XX_ (61) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5�U.S.C.�552a). _XX_ (62) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15�U.S.C.�637(d)(13)). �(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _XX_ (1) 52.222-41, Service Contract Labor Standards (Aug 2018) (41�U.S.C.�chapter67). XX__ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) ( 29U.S.C.206 and 41�U.S.C.�chapter�67). _XX_ (7) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). �(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of this contract, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. �(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor�s directly pertinent records involving transactions related to this contract. �(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. �(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- �(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Jun 2020) (41�U.S.C.�3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). �(iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2020) (Section 889(a)(1)(A) of Pub. L. 115-232). �(v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15�U.S.C.�637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vii) 52.222-26, Equal Opportunity (Sep 2015) (E.O.11246). �(viii) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38�U.S.C.�4212). �(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29�U.S.C.�793). (x) 52.222-37, Employment Reports on Veterans (Jun 2020) (38�U.S.C.�4212). (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. �(xii) 52.222-41, Service Contract Labor Standards (Aug2018) (41�U.S.C.�chapter�67). (xiii) (A) 52.222-50, Combating Trafficking in Persons (Oct 2020) (22�U.S.C.�chapter�78 and E.O 13627). (B) Alternate I (Mar2015) of 52.222-50 (22�U.S.C.�chapter�78�and�E.O.�13627). �(xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May2014) (41�U.S.C.�chapter�67). �(xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May2014) (41�U.S.C.�chapter�67). (xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989). �(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. (xix) (A) 52.224-3, Privacy Training (Jan 2017) (5�U.S.C.�552a). (B) Alternate I (Jan 2017) of 52.224-3. �(xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10�U.S.C.�2302�Note). �(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42�U.S.C.�1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. �(xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46�U.S.C.�Appx.�1241(b) and 10�U.S.C.�2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/462b6c25fe284cee812a3937fc55d46b/view)
- Place of Performance
- Address: Fort Bragg, NC 28310, USA
- Zip Code: 28310
- Country: USA
- Zip Code: 28310
- Record
- SN05847028-F 20201107/201105230143 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |