Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 08, 2020 SAM #6919
SOLICITATION NOTICE

23 -- Modular Trailers for Presidential Inaugural

Notice Date
11/6/2020 10:29:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
W6QM MICC-FT BELVOIR FORT BELVOIR VA 22060-5116 USA
 
ZIP Code
22060-5116
 
Solicitation Number
W91QV1-21-R-0012
 
Response Due
11/13/2020 8:00:00 AM
 
Archive Date
11/14/2020
 
Point of Contact
David Lee Gecewicz, Phone: 7038068205, Diandra J. Green, Phone: 703-806-2176
 
E-Mail Address
david.l.gecewicz2.civ@mail.mil, diandra.j.green.civ@mail.mil
(david.l.gecewicz2.civ@mail.mil, diandra.j.green.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
JOINT TASK FORCE � NATIONAL CAPITOL REGION 2021 PRESIDENTIAL INAUGURATION COMMAND POST (CP) TRAILERS 1.1� �Description of Services/Introduction:� The contractor shall provide all personnel, equipment, tools, materials, supervision, and non-personal services necessary to perform the installation, operation, and removal of �18Command Post (CP) Trailers for the 2021 Presidential Inauguration as defined in this Performance Work Statement (PWS), except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background: Historically the Joint Task Force � National Capitol Region (JTF-NCR) has developed a PWS for the lease of typical commercial construction-type trailers in support of the Presidential Inauguration within the Washington D.C. area to include a five mile radius from the city. These trailers will be used to support the JTF-NCR and the Presidential Inauguration ceremonial activities, to include communication exercise(s), Inaugural Rehearsal (R-Day), Inaugural Day (I-Day) Parade and ancillary support activities. 1.2.1 Permits: The contractor is not required to permit the CP Trailers, as all permitting requirements will be performed by the JTF-NCR end-users, with coordinating assistance from the JTF-NCR J4 Logistics & Engineering Division, Joint Engineer Cell. Lease terms for CP Trailers are typically no more than two to three weeks. Permits are typically submitted in December and approvals received within the first two weeks of January or sooner. 1.2.2 Magnitude: The Presidential Inauguration is a national media event and will require the utmost attention to detail, professionalism and discretion. 1.3 Scope: The contractor shall provide 18 trailers (11 EA=8� x 20�, 4 EA=8� x 28�, 3 EA=10�x40�) w/ power generators (if local power is not available) and heating, furniture, fixtures, and equipment to be used as Command Posts for Inaugural events. The contractor shall provide the number of trailers specified at the locations, dates and times listed below for the scheduled operations, training/exercises, rehearsals and Inaugural events. The contractor shall coordinate exact delivery schedule, generator refueling requirements and location/orientation of the trailers with JTF-NCR J4-Joint Engineer Cell and Joint Task Force Support Battalion (JTF SPT BN) Engineer personnel at a post award meeting. Although not anticipated, the Government may request additional CP Trailers, within the general Inaugural operating area within the National Capital Region; however, this would be coordinated through the designated Contracting Officer and executed via a contract modification. 1.4 Period of Performance: The Period of Performance shall commence immediately upon award and end upon removal of the last CP Trailer, which is required by 5:00pm on 19 February 2021. Hours of operation and place of performance is provided in paragraph 1.6.4 below. Full description available in the attached PWS. The 889 Policy Affirmations must be completed and returned with any quote or proposal for proposal to be considered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/db6c4b3295b4463ea162486f23d9473a/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN05848362-F 20201108/201106230145 (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 |
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.