SOLICITATION NOTICE
K -- Mobile Exhibit Trailer - Supporting Documents
- Notice Date
- 9/25/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336211
— Motor Vehicle Body Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Fort Sam Houston, 502d Contracting Squadron, 2270 Rattlesnake Street, Ste 202, Fort Sam Houston, Texas, 78234-1800, United States
- ZIP Code
- 78234-1800
- Solicitation Number
- 0010082010
- Archive Date
- 10/12/2011
- Point of Contact
- Brian DeGroat, Phone: 2102953088, Shariyun K. Alberty, Phone: 2102213736
- E-Mail Address
-
brian.p.degroat.civ@mail.mil, shariyun.k.alberty.civ@mail.mil
(brian.p.degroat.civ@mail.mil, shariyun.k.alberty.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Picture inside of trailer Picture outside of trailer Performance Work Statement COMBINED SYNOPSIS / SOLICITATION 0010082010 The 502d Contracting Squadron, Fort Sam Houston, TX, 78234, has a requirement to design and modify a Government owned trailer into a mobile exhibit for US Army North at Ft Sam Houston. The trailer is a standard 53 feet in length (Performance Work Statement and pictures attached). The NAICS code being used in this requirement is 336211 Motor Vehicle Manufacturing and the small business size standard is 1,000 employees. This award will be made in accordance with FAR Part 12. This is a combined synopsis/solicitation for customization services of a standard 53 foot long trailer prepared in accordance with the format in Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Solicitation number 0010082010 is issued as a request for quotation (RFQ). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-53 effective 4 August 2011. This combined synopsis/solicitation is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. The following provisions are applicable to this solicitation and can be viewed through Internet access at the FAR Site, http://farsite.hill.af.mil; 52.212-1 Instructions to the Offerors - Commercial Items; 52.212-2 Evaluation - Commercial Items; 52.252-2 Clauses Incorporated by Reference; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. ADDENDUM to 52,212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS PROPOSAL INSTRUCTIONS AND INFORMATION 1) Quotes - Submit no later than 12:00 pm Central Daylight Time (CDT) on 27 September 2011. Submit by email to: brian.p.degroat.civ@mail.mil. Late packages will not be considered. 2) Questions- Submit no later than 5:00 pm Central Daylight Time (CDT) on 26 September 2011. Submit by email to brian.p.degroat.civ@mail.mil. Answers to questions will be made available to all potential offerors by an amendment to the solicitation on fedbizopps.gov. 3) The proposal must include: A) A written quote to include tax identification number, cage code, DUNS, and any discount terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. Contractors must be registered in the DoD Central Contractor Registration (CCR) database prior to award; NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. Contractors must also complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca. B) Address capabilities to meet the evaluations factors attached within this notice. Include draft designs, pictures, etc... C) Breakdown and total price of proposed design. D) Point of contact information for three (3) past performance references to include recent and relevant contracts for the same or similar items. Contact information must include: POC name, telephone number, email address, name of project or contract number and dollar value of project. ADDENDUM TO 52.212-2 EVALUATION OF COMMERCIAL ITEMS A) Basis of Award: Award will be made the responsive, responsible offeror who represents the best value to the Government; capability, price and past performance considered. A) Factors to be evaluated: 1) Technical Capability 2) Price 3) Past Performance TECHNICAL EVALUATION Technical Capability will be evaluated based on the contractor's ability to provide the following: Vehicle Graphics must be UV adhesive vinyl wrapped on surface of trailer, Graphics should be free of defects and have the 3M designation. Contractor should demonstrate their proficiency and excellence in installing every type of graphic. Printing of graphics should have capability to deliver: large format full color digital printing, full color / full coverage vinyl wraps, format banners & signage, in-house finishing. Contractor must have the capability to customize the vehicle (Trailer). Contractor must have the proper licenses and certifications to support the proposed design. interior vehicle design theater lighting HVAC capability wood & metal fabrication video walls construction experience 3D fiberglass elements structural design capability PRICE EVALUATION Price will be evaluated based on the offerors price breakdown and total price for reasonableness. The range of this project is estimated between $25,000 and $100,000. PAST PERFORMANCE EVALUATION Past Performance will be evaluated by applying the following to the information provided by the contractor or otherwise obtained by the Government against relevant, previous or on-going contracts performed by the Contractor. 1) Quality of Service Provided: The Government will evaluate the Offeror's effectiveness in managing resources, directing work, and providing services under the relevant contracts. 2) Timeliness of Performance: The Government will evaluate how effectively the Offeror met the time schedules in providing services under the relevant contracts. 3) Business/Customer Relations: The Government will evaluate how the Offeror worked with the respective clients under the relevant contracts through the contractor's demonstration of reasonable and cooperative behavior with its clients. 4) Customer Satisfaction: The Government will evaluate how well the Offeror satisfied its respective clients' requirements under the relevant contracts, specifically, through evaluating the Offeror's overall commitment to quality, timeliness, and efficiency in its performance of work under the relevant contracts. The Government reserves the right to use data independently obtained from Government Sources such as the Past Performance Information Retrieval System (PPIRS) at https://www.ppirs.gov/ and/or other governmental and commercial sources. Other customers known to the Government may also be surveyed. Information will also be considered regarding any significant subcontractors and key personnel records. Evaluation of past performance will often be subjective based on consideration of all relevant facts and circumstances. The evaluation will also consider information provided relative to corrective actions taken to resolve problems on past or existing contracts. Past Performance must be recent and relevant: Recent- service performed no longer than three years ago. Relevant- past performance must be commensurate in size and scope to the requirement in this solicitation. The following clauses are applicable to the resulting contract: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions - Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference; 52.252-6 -- Authorized Deviations in Clauses (Apr 1984). The use in this solicitation or contract of any FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2009) deviation (48 CFR 2001-O0002/2004-o0002) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing on Contract Modification; 252-247-7023 Alt III Transportation of Supplies by Sea; 5352.201-9101 Ombudsman; WAWF Invoicing information; and any local clauses/statements as necessary. ADDENDA TO FAR 52.212-4(c) Contract Modifications - Unilateral modifications will be used to 1) Make administrative contract changes, 2) Issue change orders, 3) Make changes authorized by clauses other than a changes clause, and 4) Issue termination notices.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/35a74a1f7ce262d0cc3b28c4fbeb72e6)
- Place of Performance
- Address: 78234, Fort Sam Houston, Tennessee, 78234, United States
- Zip Code: 78234
- Zip Code: 78234
- Record
- SN02591921-W 20110927/110925233247-35a74a1f7ce262d0cc3b28c4fbeb72e6 (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 |