Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 29, 2021 SAM #7211
SOURCES SOUGHT

J -- Repair/Restoration of the Parade Float

Notice Date
8/27/2021 11:39:02 AM
 
Notice Type
Sources Sought
 
NAICS
541490 — Other Specialized Design Services
 
Contracting Office
NAVSUP FLT LOG CTR JACKSONVILLE JACKSONVILLE FL 32212-0097 USA
 
ZIP Code
32212-0097
 
Solicitation Number
N0969721RC00EPK
 
Response Due
8/31/2021 7:00:00 AM
 
Archive Date
09/01/2021
 
Point of Contact
Joseph Tolbert, Phone: 9045421034
 
E-Mail Address
joseph.d.tolbert@navy.mil
(joseph.d.tolbert@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PERFORMANCE WORK STATEMENT Rebuild/Restoration�of Float for CNIC Region Southeast 1.� Background.� The Commander, Navy Installation Command (CNIC) Region Southeast (SE) and Navy Talent Acquisition Group (NTAG) float enhances the Navy�s recognition, presence, and to employ Navy Pride in the local communities.� The float was originally built and used by Navy Commands in the Southeast Region starting in 2000.� The float is an essential public relations emblem for residents and service members to demonstrate the Navy�s impact on local communities.� The float serves as an effective recruiting tool that reinforces recruiting efforts throughout Louisiana, Mississippi, southern Alabama, and the Florida Panhandle.� The goal behind recruitment is to find the best-qualified men and women for Active-duty and Reserves for the Officer and Enlisted service for America�s Navy to accomplish today�s mission and meet tomorrow�s challenges. The Government intends to restore the CNIC Region SE and NTAG float at the end of Fiscal Year (FY) 2021.� A supplies and services contract for the CNIC Region SE and NTAG float will enable Navy Commands to promote and market the Navy presence in the NTAG SE AOR. 1.1. Scope. This contract includes all functions, tasks and responsibilities normally performed by a Prevailing in the Locality SCA wage determination.� The Contractor shall be responsible for providing all products and labor that include, but not limited to, building materials, paint materials, electrical materials, accessories to make float appear ship-like, and all labor related to the products for the float.� All space not identified as standing, will be considered open or storage.� On the float there will be one (1) relief station for personnel, and one (1) rear entrance for sound speakers and associated equipment to produce sound.� The existing float will be delivered to the contractor�s location for the duration of the rebuild, and delivered back to the Navy from the contractor�s location.� The float will resemble the USS CONSTITUTION, the Nation�s oldest active Navy vessel. Below are basic float dimensions, usage spaces, and storage spaces.� These dimensions can be modified by the contractor to meet design challenges when restoring to the USS CONSTITUTION design, at no extra cost, and only after approval by the local Designated Government Representative (DGR) and Technical Point of Contact (TPOC). The float dimensions are as follows: Ground to top of frame � 34 inches Float frame (including wheel assembly) � 336 inches long (28 feet) / 90 inches wide Float entrance from ground including stairs � 32 inches Float frame to personnel standing level � 24 inches Personnel standing level to top rail � 48 inches Stairs to second level (rear/aft part of float design) � 26 inches wide / 65 inches height Lavatory (relief station) dimensions are as follows: The space will be 48 inches (length), 38 inches (width), 77 inches (height) Open space and/or storage space will be any remaining space in or on the float not designated as standing space for personnel or walking spaces.� At a minimum, 48 inches of total storage space will be required on the float in one or more locations. *Note* See supplemental attachment for basic measurements covering the frame and float. The Contractor shall comply with any and all applicable laws and regulations, including but not limited to Federal Law, Louisiana State Law(s), Occupational Safety and Health Administration (OSHA) regulations, Navy and installation regulations. 1.2. Period of Performance.� The period of performance shall be for one Base Year of five (5) months. The Period of Performance reads as follows: Base Year:� � � �1 October 2021 � 28 February 2022� 1.3. Place of Performance.� The work to be performed under this contract will be performed at the contractor�s location within a vicinity of up to 100 miles from Naval Air Station Joint Reserve Base New Orleans at 400 Russell Ave, Building 46, Belle Chasse, LA 70471.� Contractors beyond 101 miles will NOT be considered for award. 1.4. Designated Government Representative (DGR). This acquisition is not technically complex and, for that reason, it does not require a Contracting Officer Representative (COR). �However, a DGR will report to the Contracting Officer that all products and/or services from the contractor have been delivered and accepted. 1.5. Non-Personal Service Statement. �Contractor management will ensure that employees properly comply with the performance work standards outlined in this performance work statement.� Contractor employees will perform their duties independent of, and without the supervision of, any Government official or other Defense Contractor.� The tasks, duties, and responsibilities set forth in this project may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of the completed work. 1.6. Employment of Federal Employees. The contractor shall not employ or enter into a contract with any person to perform work under this contract who is an employee of the United States Government, either military or civilian, unless such person receives approval IAW applicable Federal and DOD regulations. 1.7 Inspection. The Government has the right to inspect services called for by the contract, to the extent practicable at all times and place of performance during the term of the contract. The Government shall perform inspections in a manner that will not unduly delay the work.�If the Government performs inspections on the premise of the Contractor, the Contractor shall furnish, at no increase in contract price, all reasonable facilities and assistance for the safe and convenient performance of these duties.�If any of the services do not conform with contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. 1.8 Government Furnished Property. The float is owned by the U.S. Navy Commander, Navy Installation Command (CNIC) Region Southeast (SE) and Navy Talent Acquisition Group (NTAG).� The float is considered to be Government Furnished Property and the Asset Tag #62440001. The parade float is part of NAS JRB New Orleans Public Affairs Program inventory.� The float will be delivered to �as is� for the sole purpose of being restored/repaired.� No further documentation is required as stated in Defense Federal Acquisition Regulations Supplement (DFARS) Procedures, Guidance, and Instruction (PGI) 245.106-70.� The duty of the Contractor shall be to restore the float according to the terms of the PWS. ��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/815c5a85b6824fdfafe92431ecbb9e8a/view)
 
Place of Performance
Address: Mandeville, LA 70471, USA
Zip Code: 70471
Country: USA
 
Record
SN06114940-F 20210829/210827230125 (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.