COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 14, 2001 PSA #2936
SOLICITATIONS
99 -- 99 -- DESIGN, FABRICATE AND INSTALL WAYSIDE EXHIBIT
- Notice Date
- September 12, 2001
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, (USASOC), ATTN:E-2929, Fort Bragg, NC, 28310
- ZIP Code
- 28310
- Solicitation Number
- USZA92-01-Q-0021
- Response Due
- September 19, 2001
- Point of Contact
- Jane Sutherlin, Contracting Officer, Phone 910-432-2146, Fax 910-432-9345, Email sutherlj@soc.mil -- Karen Glass, Contracting Officer, Phone 910-432-6145, Fax 910-432-9345, Email glasska@soc.mil
- Description
- The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for the design, fabrication and Installation of Outdoor wayside exhibits for the US Army JFK Special Warfare Center and School Museum. 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes must reference the Request for Quotation number USZA92-01-Q-0021. Solicitation document and incorporated provisions and clauses are those in effect through FAC 97-23. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. The North American Industry Classification System (NAICS) is 541990. The size standard is $5.0 million. Each requirement shall meet the following minimum specifications. REQUIREMENTS. SCOPE: The Contractor shall provide all personnel, equipment, tools, materials, supervision and other items and services necessary to perform the design, fabrication and installation of a wayside exhibit for the John F. Kennedy Special Warfare Museum (JFK Museum) as defined in this Performance Work Statement (PWS). The Contractor shall perform to the standards in this contract. BACKGROUND: The JFK Museum blends traditional exhibits, photographs, artwork, textual materials and artifacts to illustrate the history of Special Operations forces of the U.S. Army. United covered are Special Forces, Psychological Operations, civil Affairs, Rangers and Special Operations Aviation. Our aspiration for the overall wayside exhibit is the creation of an inviting and educational outdoor display. GOAL: The JFK Museum's goal is to educate its military and civilian community, foster esprit de corps within the military units and serve as the Special Forces Branch Museum. The A-camp was the universal tenant of Special Forces involvement in the Republic of Viet Nam between 1962 and 1972. The overall goals are as follows: (1) To educate the student, teacher or visitor on the important role Special Forces played in the Vietnam conflict. (2). To better integrate the JFK Museum into the POI of SFQC 18C course. (3) Reveal the critical role played by Special Forces in the Viet Nam War. The museum's intention is to educate both the residents of the Special Operations' community and the general public. The average age group of visitors to the facility range from 15 upward with an average education level of at least high school. The JFK Museum averages 60,000 visitors per year; 75% military related. The required work will include: 1) familiarization with the museum building, parking lot, and JFK plaza; 2) historical/technical/preservation research for exhibit; 3) conceptual exhibit design; 5) fabrication of exhibit; and 6) installation of wayside exhibit. Applicable Standards and Codes: Fabrication and installation of exhibits will be coordinated with XVIII Airborne Corps and Fort Bragg to ensure compliance with the Community of Excellence standards. In addition, all work must accommodate electrical, steam, gas and water lines transversing this area. The plat for infrastructure lines is available at the JFK Museum and will be furnished to the contractor. =20 THE ENTIRE STATEMENT OF WORK AND METHOD OF OBTAINING PHOTOS AND DRAWINGS ARE PROVIDED AS AN UPLOAD TO THIS NOTICE IN FEDBIZOPPS AT www.fedbizopps.gov. DELIVERY/ ACCEPTANCE POINT: Delivery and installation will be at Fort Bragg, North Carolina and shall be completed 30 September 2002. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph "a" of the provision: "Quotes will be evaluated as to technical acceptability, delivery, price, and past performance. Technical acceptability will be determined by the government during technical review. Vendors shall submit clear item specifications and drawings to be used in the government technical review as well as a narrative of the processes to be used to accomplish the installation. A best value award will be made to the lowest responsive quote from a responsible bidder submitting an offer found to be most advantageous to the government."; 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses being applicable to the solicitation: 52.203-6 Alt I, 52.222-26, 52.232-33, 52.222-36, 52.247-64, and 52.222-35. Additionally, DFARS 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.225-7024 applicable. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Jane Sutherlin), Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. ET, 14 September 2001. Fax submissions will be accepted at (910) 432-9345. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include price, proposed specifications, proposed installation date, and drawings, (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in the CBD the same as this combined synopsis/ solicitation. Point of contact for this requirement is Ms. Jane H. Sutherlin, Contracting Officer at (910) 432-2146.=20 Date for receipt of offers is extended to 19 September 2001
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/ODA/USSOCOM/FortBraggNC/USZA92-01-Q-0021/lis ting.html)
- Record
- Loren Data Corp. 20010914/99SOL007.HTM (D-255 SN50X460)
| 99 - Miscellaneous Index
|
Issue Index |
Created on September 12, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|