Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2003 FBO #0587
SOLICITATION NOTICE

99 -- Multi-media Exhibit

Notice Date
7/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
USZA92-03-T-0038
 
Response Due
8/4/2003
 
Archive Date
8/19/2003
 
Point of Contact
Karen Glass, Contracting Officer, Phone 910-432-6145, Fax 910-432-9345, - Jane Sutherlin, Contracting Officer, Phone 910-432-2146, Fax 910-432-9345,
 
E-Mail Address
glasska@soc.mil, sutherlj@soc.mil
 
Description
17(i). This is a combined synopsis/solicitation 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. 17(ii). The solicitation number, USZA92-03-T-0038, is issued as a Request for Quotation (RFQ). 17(iii). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. 17(iv) This procurement is unrestricted. All responses from responsible sources will be fully considered. 17(v). This contract action is to provide a Multi-media Exhibit. CLIN 0001, Quantity - 1each. Contracotr's Delivery time is to be specified on the proposal. The required delivery date is 30 September 2003. Statement of Work - Finished Product: Turn-Key State-of-the-art modular display for U.S. Army Special Operations Command complete with packing/shipping cases, computers or other AV items required to display items. Electronic graphic files will be provided by the U.S. Army Special Operations Command Public Affairs Office (referred to as The Receiver throughout the rest of this document.) in a format directed by the supplier. Concept: Provide a first-class showcase for the Receiver to display at professional trade shows the accomplishments of the U.S. Army Special Operations Command and its six subordinate elements through use of graphic displays and short video programs incorporated into the exhibit design. Graphics and videos will be supplied by the receiver. Size: Height of exhibit should not exceed 10 feet. Exhibit needs to be designed to be used in two different configurations: Full Exhibit: Fits in two standard exhibit spaces (10'x 8') for a total of 20 linear long by 8 feet deep. When in the full mode, exhibit highlights the parent organization and each of the six subordinate elements. Partial Exhibit: Fits in one standard exhibit space of 10 feet long by 8 feet deep. When in the partial mode, exhibit highlights the parent organization. Colors: Official colors of the receiver are black and red. These colors should be incorporated into the final design. Material: Selection of building materials is at the discretion of the bidder. However, exhibit materials should be: Durable: Exhibit will be constructed, torn down many times through out its lifetime by individuals not associated with the receiver. Exhibit will also be stored in non-climate controlled facilities and transported by both receiver-owned transportation and commercial shippers. Colorfast: Exhibit may be erected in full sun-light for limited periods. Lightweight: Each individual component must be able to be lifted and positioned by one individual of average height and strength. Shipping Cases: 1. All exhibit components need to be stored in cases. 2. Partial exhibit should be capable of being transported in commercial standard la-foot van. Full exhibit should ship in a standard 14-foot van/truck or smaller. 3. Cases comprised primarily of plywood are unacceptable. 4. All cases need to be secured with standard commercial padlock or integrated locking system. 5. Additional storage space should be provided for shipping of receiver-supplied posters, pamphlets, power supplies (extension cords) . 6. All cases should have heavy-duty wheels for easy movement. 7. When loaded cases, maximum of two individuals of average height and strength should be able to lift boxes into transport vehicle. 8. All cases should be able to go through a standard doorway. Additional Items: Following items should be incorporated into the display design: 1. Minimum of two high chairs similar to director's chairs with receiver's logo. 2. Tables or other flat surfaces on the exhibit to display posters, equipment or other promotional items. 3. Lockable storage space for cases during conventions, display items, exhibitor's personal items etc. 4. Stand-alone touch-screen kiosk to run receiver-supplied interactive informational CD with sound. 5. All power supplies will be concealed within structure or flooring, if supplied. Design Submissions: All design submissions will be in color and submitted electronically using JPEG, TIFF, Adobe PDF or Microsoft PowerPoint format and will include as a minimum: 1. Depictions of both Full and Partial Exhibits as seen from the front (straight on), from one of the two front corners and from overhead. 2. Description of materials to be used in various components of the exhibit. 3. Number of cases and material of each case. Miscellaneous: 1. Additional weight will be given to designs that incorporate oversized LCD or Plasma displays with computer or DVD-generated graphics instead of mounted or back-light photographs and standard VCR-TV combinations. 2. Receiver reserves the right to make minor modifications to submitted designs. If modifications are made, selected supplier will have chance to resubmitted bid prior to contract award. 3. Additional information on the command is available at www.soc.mil. 17(vi). N/A. 17(vii). N/A. 17(viii). FAR provisions and/or clauses referenced will be furnished in full text upon receipt of written request. Solicitation Provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2000) is hereby incorporated by reference. 17(ix). Solicitation Provision FAR 52.212-2, Evaluation –Commercial Items (Jan 1999) is hereby incorporated, the evaluation factors are Design selection, price, and past performance. The government will make a determination of best value based on the evaluation factors cited. Design selection is slightly more important then price and past performance. The Design selection will be based on the following criteria: Visual Appeal, Graphic Displays, Use of Color, Exhibit Set-up, Conformance to SOW, Shipping Containers, Storage Space, Power Requirements. 17(x). Contractors are reminded to submit a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications-Commercial Items (Apr 2002) with their quote. 17(xi). Clause 52.212-4, Contract Terms and Conditions – Commercial Items (Feb 2002) is hereby incorporated by reference. 17(xii). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items –Dev. (May 2002) is hereby incorporated by reference. 17(xiii). Additionally, the following clauses are applicable to this solicitation, 252.212-7001, Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 52.204-7004, Required Central Contractor Registration, 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration, and 52.252-2 Clauses incorporated by reference, with the following site added www.farsite.hill.af.mil. 17(xiv). The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. 17(xv). NA. 17(xvi). Questions pertaining to the solicitation must be submitted in writing and may be faxed to Karen Glass at (910) 432-9345 or forwarded via email. Signed and dated quotes referencing the RFQ number USZA92-03-T-0038 must be submitted, no later than 2:00 p.m. 4 August 2003, to Karen Glass at glasska@soc.mil. 17(xvii). Karen Glass is the point of contact regarding this solicitation.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/USSOCOM/FortBraggNC/USZA92-03-T-0038/listing.html)
 
Record
SN00365682-F 20030709/030707221343 (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.