Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2011 FBO #3373
SOURCES SOUGHT

R -- The U.S. Army Space and Missile Defense Command/Army Forces Strategic Command (USASMDC/ARSTRAT) has the requirement for Display Services support.

Notice Date
2/16/2011
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
W9113M-DISPLAYSERVICES
 
Response Due
3/3/2011
 
Archive Date
5/2/2011
 
Point of Contact
Billy Lemley, (256) 955-3045
 
E-Mail Address
US Army Space and Missile Defense Command, Deputy Commander
(billy.lemley@smdc.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Space and Missile Defense Command/Army Forces Strategic Command (USASMDC/ARSTRAT) has the requirement to provide at various locations and times, clear, concise, accurate and understandable depictions of various aspects of its ongoing missions, functions, tasks, technical efforts, historical commentary, and Command status. Messages shall be communicated in the form of displays utilizing various media and techniques which are tailored to the specific circumstance. These messages and specific information will be conveyed to various audiences which may include people from other government agencies, industry, allies, educational institutions and the general public. Locations may include government, industry, and military meetings, technical trade shows, symposiums, and conferences held throughout the United States, and internationally. The Government intends to award one Cost Plus Fixed Fee (CPFF) contract. Any resultant contract is anticipated to have a 12 month base period and four 12 month option periods. The anticipated total estimated cost is $3.0M to $5.0M. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification ((HUBZone, 8(a), small, small disadvantaged, service-disabled veteran-owned small business, or woman-owned) relative to North American Industrial Classification System (NAICS) code 541990, all Other Professional, Scientific, and Technical Services. PROSPECTIVE OFFERORS MUST HAVE THE CAPABILITY TO PERFORM ALL AREAS OF THE SCOPE OF WORK (SOW). The Contracting Officer has not decided upon the specific type of set-aside to target during the development of this acquisition strategy. Small businesses may team together (or even affiliate) and be eligible for award of a set-aside contract, PROVIDING THAT EACH TEAM MEMBER MEETS THE NAICS CODE SMALL BUSINESS SIZE STANDARD. A small business team prime must demonstrate the ability to perform at least 51% of the effort. However, a small business team may subcontract to large businesses for up to 49% of the effort. This sources sought is to conduct market research and receive capability papers from interested small businesses/teams. RESPONSE REQUIREMENTS: Capability papers should include the following information: size of company (i.e., 8(a), HUBZone, WOSB, SB, SDVOSB, Veteran, all others), number of employees, relevant past performance on same/similar work and your company/team capability to do this type of work. Documentation and technical expertise must be presented in sufficient detail for the Government to determine that your company/team possesses the necessary functional area expertise and experience to compete for this acquisition. Interested firms should submit via e-mail and attach the capability statement (Microsoft Word format) within 15 days after the date of this announcement to Ms. Shirley Williams at Shirley.Williams@smdc.army.mil title email: "USASMDC/ARSTRAT Display Services Support". Capability papers should not exceed ten (10) 8 1/2 x 11 pages excluding cover page and index, font size not smaller than Times New Roman 10. No pictures, charts or graphs shall be included except on the cover page or index page. A solicitation will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. The submission of this information is for planning purposes and is not to be construed as a commitment by the Government to procure any items and USASMDC/ARSTRAT does not intend to award on the basis of this request for information or otherwise pay for the information solicited. Capability papers should address that the contractor or contractor team has the demonstrated ability to perform the entire task. The resulting contract effort to be performed under this requirement will provide the necessary goods and services to support USASMDC/ARSTRAT Display Service requirements. Specifically, the requirements discussed below outline the required contractor support: 1. The contractor shall provide complete display services. This includes providing displays and transporting and operating them as described in this Scope of Work, henceforth identified as the SOW. A display is defined as the fa ade, superstructure, and ancillary structures such as pedestals, carpets, and signage. Displays may also include associated materials, described in this SOW, which are not necessarily a permanent part of the display and may change or develop from one show to another. 2.Visits to the government facility for meetings to deliver designs, or displays for acceptance will be accomplished during government working hours (0800-1630), unless otherwise specified by the Contracting Officer or the Contracting Officer's Technical Representative (COTR) in the Technical Directive,(TD). Display operations may require travel time on weekends and holidays. 3.All work shall be performed in response to TD's, issued by the Government's COTR. Notice of each display requirement may be provided orally with a confirmation written TD provided prior to commencement of each phase of the project. Each display project shall be divided into six (6) specific requirement phases, A-F, listed below and described in detail in SOW. A - Preliminary Concept B - Detailed Final Design C - Fabrication D - Maintenance and Updates E - Storage F - Delivery and Operation For each display project, the COTR will issue TD's requesting the contractor to perform all six (6) phases or select only those phases which are required. Delivery date shall be determined by the government. 4.The contractor shall furnish all management, administration, labor, data, supplies, material, tools, vehicles, equipment, and facilities necessary to perform the display services set forth in SOW, paragraph 3. 5.Display structures purchased or created under the contract shall be either those available commercially, fabricated by the contractor, or combination thereof, as approved by the COTR. 6.Each display shall be one cohesive unit and utilize high quality imagery, signage, lighting, audio-visual, and computer-driven presentations. All design elements, colors, and type styles will be tailored to enhance the impact of the message. 7.The deliverable items provided under this contract may include, but are not limited to, display booths of various sizes, stands and backdrops, carpet and furnishings, electronic audio-visual equipment, original art work, photographic prints. 8.The contractor shall provide electrical support services on-site. The contractor shall insure continual operation of all electrical equipment within the display to include powering up/off during an event, each day. 9.When designing display structures, emphasis will be placed on the use of lightweight materials to reduce shipping and drayage costs. Display structure designs shall include cost-effective methods of changing graphics to reduce labor and development costs. 10.Customized displays will be constructed with tough, durable materials (i.e.; chip and scratch resistant materials designed to last through continual cycles of packing, shipping, unpacking, set-up, tear-down, repacking and return to storage). Shipping containers shall be constructed to provide safe shipping and storage of display structure and related components. When designing containers, attention will be given to how they will be packed onto the trailer so as not to incur additional drayage charges on-site. The maximum size of a display and it's ancillary equipment, when packed and readied for shipment will be no larger than one which would fit into one 48'- 53' tractor-trailer. The contractor shall ensure that all shipping containers are adequately designed for lifting and are marked with information such as gross weight and lifting requirements. 11.Each display design shall minimize the need for assembly and disassembly. The display design will incorporate design features so it may be easily transported and easily reconfigured with minimal manpower or special equipment requirements. Setup time should not exceed 20 hours once crates have been delivered to the assigned booth space "on the floor." 12.Displays shall be shipped or transported by the contractor. The contractor shall accomplish installation with or without government supervision. The contractor will arrange and supervise show service labor with the approval of the COTR for each event, and shall arrange for all necessary services, (i.e. dock time, electrical requirements, drayage or disposal of shipping crates). 13.The contractor shall complete and file all necessary show forms, acquire all ancillary at-show materials or equipment, load the exhibit(s) on the carrier(s), and monitor timely delivery/arrival at each show location, where the contractor shall promptly set-up the display(s) at/on the site(s) indicated by the COTR. After successful set-up, the contractor shall remain on-call for the duration of each event to insure the displays' continued operation. In case of malfunction, the contractor shall report to the event site within 1-hour and promptly repair the display(s). At the conclusion of each event, the contractor shall disassemble, repack, transport, and store the display materials in accordance with para. 3.5. The anticipated goods and services that may be required in support of the USASMDC/ARSTRAT Display Service requirements include, but are not limited to, the following. 1.Preliminary Concept (Phase A). With information provided by the COTR, the contractor shall develop preliminary concepts for the display project. The contractor will show how various display elements could be designed, integrated, and configured, to communicate the desired message. a.Concepts will include design alternatives (two to three) in the form of scale drawings, generally two-dimensional and three-dimensional computer generated depictions of proposed designs. Once a design is selected; specifications, materials and color samples will be provided for selection by the COTR. b.The concept design requirements may include video and demonstration items provided by the Government. c.The preliminary concept phase shall include a cost estimate for each of the phases of display production as directed by the COTR. The contractor shall prepare separate cost estimates for each of the designs ordered. The following further defines these cost estimates: d.The estimate for each Phase (except Phase E - Storage) shall include a labor cost summary with a description of the work to be performed, a designation of the labor categories that will perform the work, the estimated number of hours within those categories, and the cost for each category. e.The estimate for Phase C (Fabrication) and Phase D (Maintenance and Updates) shall include a cost estimate for materials. f.The estimate for Phase E (Storage) shall include the number of cubic feet needed to store the exhibits. Estimate to be based on a minimum of 11,000 cubic ft. g. The estimate for Phase F (Delivery of Display and Operation) shall include estimates for the cost of delivery, installation, operations, dismantle and return of the display. Types of labor activities performed in conjunction with the operation of the display may include, but are not limited to, planning/arrangements, local display transport, non-local display transport, event labor, drayage, per diem, lodging, and travel/transportation costs. 2.Detailed Final Design (Phase B). The COTR shall indicate in writing approval of Phase A with a TD to proceed with detailed final design. After the COTR approval, the contractor shall provide a final display design. The contractor shall provide a detailed, scaled drawing of the display configuration. This shall be accomplished through the use of computer graphics. This activity may include, but is not limited to, scanning and manipulating photographs, developing signage and text styles of the proposed design. 3.Display Fabrication (Phase C) The contractor shall not commence fabrication until approval of Phase B and notification from the COTR. Materials found to satisfy page 2.7.3 are: plywood, hinges and locks, adhesives, masonite, plex-sheets, lighting fixtures, wiring and accessories, laminate, structural foam (for shipping/storage containers) carpet, paint, computer-cut vinyl letters, crate materials, tools and cleaning materials, plastic panels, shipping containers for graphics and miscellaneous materials. The contractor shall schedule regular in-process reviews so the COTR may monitor the progress and approve various stages of fabrication. a.Display Fabrication is complete when the contractor demonstrates to the COTR that all requirements have been met and the display is fully functional. b. The contractor shall demonstrate assembly, disassembly, and operation of the display and all of its subsystems (video, audio, computer, demos, lighting, etc.). The contractor shall also provide a concise set of instructions which describes textually and pictorially the assembly and the disassembly of the display. 4.Display Maintenance and Update (Phase D). The contractor shall provide the following services: a.The contractor shall maintain all displays in the same condition as demonstrated to the COTR as required in and when returning all GFE to the government in paragraph 3.3.1 for the duration of the contract. b. The contractor shall keep the display updated as directed by the COTR. Updates will include new graphical imagery, text, and associated equipment i.e.: computers, monitors, software. 5.Display Storage (Phase E). The contractor shall store the display and all associated equipment and materials when not in use. The display shall be stored at a location which is fully accessible should any of the display items be needed at short notice. Short notice is defined as less than 1-hour to access the display. A climate-controlled facility is not necessary. 6.Display Operations (Phase F). The contractor shall provide the resources to coordinate the necessary arrangements for complete display operations. Upon completion of the contract, the contractor shall fully account for and deliver all display elements, shipping containers, supporting tools and equipment, computer disks and paper files, as well as any other materials that have been purchased or created under the contract to the COTR. DATA AND REPORTS The contractor shall submit data and reports in accordance with the DD 1423 (CDRL) attached to the contract. The contractor shall present briefings of contract work at the direction of the COTR. DELIVERY* All electronic media submitted under this contract in the form of automated information system (AIS) media (e.g., diskette, CD's, DVD's, tapes, etc.) shall be free of viruses that could cause damage, disruption, or degradation of the governmental AIS equipment. The contractor shall test such media for viruses prior to delivery. All subcontracts shall include this requirement at any tier when the data to be delivered is in the form of AIS media. * USB storage devices not permitted. Point of Contact: E-mail your questions to U.S. Army Space and Missile Defense Command, Deputy Commander, at shirley.williams@smdc.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG60/W9113M-DISPLAYSERVICES/listing.html)
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
 
Record
SN02381752-W 20110218/110216234632-a2d8ab5ac42962ca8fcc0531b380ca56 (fbodaily.com)
 
Source
FedBizOpps 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.