Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2002 FBO #0278
SOLICITATION NOTICE

W -- BIKE RAKE BARRIERS

Notice Date
9/4/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Treasury, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
 
ZIP Code
20223
 
Solicitation Number
Reference-Number-02Q150
 
Response Due
9/9/2002
 
Archive Date
9/24/2002
 
Point of Contact
Jerry Winters, Contract Specialist, Phone (202) 406-6792, Fax (202) 406-6801, - Joyce Tincher-Harris, Contracting Officer - MAB Branch Chief, Phone 202-406-6798, Fax 202-406-6801,
 
E-Mail Address
jwinters@usss.treas.gov, jdharris@usss.treas.gov
 
Small Business Set-Aside
Total Small Business
 
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; written quotes are being requested and a written solicitation will not be issued. Solicitation number 02Q150 is issued as a Request for Quotation (RFQ) through Federal Acquisition Circular 01-09. This action is a 100% small business set-aside. The NAICS code is 532490 and the small business size standard is 500. Quotes will be restricted from vendors within 300 miles from the delivery address listed below. This is a short suspense requirement. The U.S. Secret Service has a requirement for the rental, installation and removal of approximate 1,500 to 13,500 linear feet (LF) of interlocking steel (bike rack) security barriers in addition to providing an emergency crew in accordance with the following statement of work: 1) Base: Vendor shall provide all the necessary labor, supplies, and equipment to provide for the prioritized installation and removal of minimum of 1,500 and a maximum 13,500LF of temporary, interlocking, steel (bike rack style) barricades for use during the conduct of events to be held in Washington, D.C. between approximates dates (to be specified in order) of September through October 2002. All bike rack barricade provided shall be of the galvanized steel, connectable, "twist" interlocking type, approximately, 3'-6" to 4'-0" high, about 8 ft long. The base for the bike rack shall be a "wide U" type base. A "flat" type base cannot be used. A plan-indicating placement of the bike racks will be issued to the vendor awarded the project. For planning purposes, there will be approximately three (3) to six (6) separate sites for installation/removal of the bike rack in the downtown Washington, DC metropolitan area. The configuration for each of the sites will consists of square corners and straight alignments. The approximates site quantities are estimated to be: Site A-1: 2472 LF, Site B-1:6800 LF and a Reserve of 700 LF. The location of the bike rack barricades around obstacles, access sidewalks and positioning in pedestrian areas is critical. Provisions will be made for approximately 24 pedestrian/vehicle entrance/access points. Installation: Bike rack barriers with the "wide U" type base shall be delivered and installed by the vendor at the USS designated locations starting on Thursday, September 27, 2002 at 2300. All bike rack barricades shall be delivered at one time. The vendor shall deliver the bike rack barricades to the site and install and connect the barricade at USS designated locations in accordance with the USSS prioritized plan. Installation of the bike racks shall be coordinated through the USS COTR assigned to this project. The vendor shall be responsible for truck drivers, back up drivers, laborers and all possible contingencies. The vendor is requested to submit a price to retain the services of an emergency response crew, with vehicle, to be available on a 24/7 basis with a one-hour response time to reposition or install additional bike rack during the contract period. It is anticipated that the composition of the emergency response crew will be determined by the vendor in order to complete the job within the specified time period. Additionally, a supervisor who shall be familiar with all streets, specific locations and obstacles at all locations, shall be part of each crew. The vendor shall be responsible for coordinating all traffic control with the police agencies in the work area. Approximately 700 feet of additional, "reserve" bike rack barricades will be prepositioned and available on standby at a site to be determined in order to make any modifications to the bike rack barricade configuration during the event. These modifications may occur anytime (24/7) during the event period. The vendor shall develop and coordinate a detailed plan of action for required services. The plan shall include detailed plan maps of every location. At the minimum, the plan shall include times for movement of all supplies and equipment with drawings/maps for placement of the temporary bike racks. The vendor is responsible for forwarding a copy of the final detailed plan of action to the contracting officer within ten calendar days of the award of the order. Removal: The vendor shall remove bike rack barricades. The vendor shall be prepared to commence removal upon 24 hours advance notice. Removal of the bike rack barricades shall be coordinated through the USS COTR assigned to this project. The above reference lease equipment and material shall be returned in the condition in which they were received: normal wear and tear accepted. Security clearance background checks will be required. Contractor will provide full name/SSN/DOB of all personnel. The Government intends to award a firm fixed price order. Contractor to be paid on the actual amount of linear footage used plus one emergency crew. The Contractor shall perform in accordance with language contained within. Prices shall be FOB Destination. Delivery to U. S. Secret Service - 17th & Pennsylvania Avenue, DC 20502. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to offerors-Commercial Items; 52.212-2, Evaluation - Commercial Items; 52.212-2 Paragraph (a) insert:The Government intends to award a firm fixed price order that represents the best value to the Government, technical ability and past performance is more important than price. Failure to provide requested information with quote will be considered non-responsive. 3352.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. The following clauses cited in 52.212-5 are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222.19, Child Labor - Cooperation with Authorities and Remedies; 52.225-1, Buy American Act-Balance of Payments Program--Supplies; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration These FAR Provisions and Clauses may be accessed via the world wide web at: http://www.arnet.gov/far/. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. Written quotes must contain the following: 1) Pricing per linear foot to include rental, installation, removal and coordination of the above interlocking steel (bike rack) security barriers. Separate price for one emergency crew; 2) Technical proposal shall include: i) a detailed plan of action for required services, ii) demonstrated ability to perform this requirement, iii) list of 3 references of completed projects of similar difficulty and scale, iv) provide resume of key personnel. 3) Completed and signed copy of the FAR 52.212-3, Representations and Certifications. Please note: All responsible offerors shall forward written quotes to E-mail address: jwinters@usss.treas.gov. Facsimile responses are not acceptable. All written quotes are to be received no later than 1:00 P.M. (EST), Monday, September 9, 2002.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/TREAS/USSS/PDDC20229/Reference-Number-02Q150/listing.html)
 
Place of Performance
Address: Washington, DC
Zip Code: 20223
Country: US
 
Record
SN00158120-F 20020906/020904221135 (fbodaily.com)
 
Source
FedBizOpps.gov 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.