SOLICITATION NOTICE
W -- Rental of Grandstand/ Bleachers
- Notice Date
- 3/19/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337127
— Institutional Furniture Manufacturing
- Contracting Office
- M67865 MARINE CORPS AIR STATION MIRAMAR - CONTRACTING OFFICE SAN DIEGO, CA
- ZIP Code
- 00000
- Solicitation Number
- M6786514T0016
- Response Due
- 4/9/2014
- Archive Date
- 4/30/2014
- Point of Contact
- Sgt. Usani, Daniel (858) 577-4541
- Small Business Set-Aside
- Total Small Business
- Description
- 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. Solicitation number M67865-14-T-0016 is being issued as a Request for Quotation (RFQ). This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 and the Defense Federal Acquisition Regulation Supplement, current to DPN 20131231. The NAICS code is 337127, the small business size standard is 500 employees. This acquisition is a 100% small business set-aside. Any quotations received from concerns other than small businesses will not be considered for award. STATEMENT OF WORK 1. Background: The Commanding General, 3d Marine Aircraft Wing (3d MAW), Marine Corps Air Station (MCAS) Miramar, has established the regular occurrences of Color Ceremonies hosted by Non Commissioned Officers (NCOs) from designated subordinate commands. Each ceremony seating is for 5,000 seats on the front lawn of 3d MAW Headquarters. 2. Objectives: To establish a bleacher contract by having one company contracted to provide the bleachers support for 2 ceremonies. The contract resulting from this solicitation must be flexible to adjust to the different setup, teardown, and quantity requirements, as they change based on the estimated guest count. 3. Tasks 3.1. The contractor shall be responsible for delivering requested number of bleachers upon confirmation of ceremony date by the responsible Contracting Officer. 3.2. The contractor shall setup bleachers based on the quantity requested. 3.3. The contractor shall be responsible for set up and teardown of bleachers. Set up and tear down times may vary by ceremony and shall be identified at the time of delivery order confirmation by the responsible Contracting Officer. 4. Delivery CLIN0001: Quantity= 1. Bleachers designed to hold a minimum of 5,000 Individuals. The bleachers must be divided into three (3) sets, 4500 seating capacity in the center and 250 seating capacity on each side. The vendor is responsible for all labor, delivery, set-up, breakdown and removal costs. No Government personnel or owned equipment is allowed for the contract resulting from this solicitation. The period and place of performance for CLIN0001 is: Aboard MCAS Miramar, in front of building 8402 on May 19, 2014. Set-up shall occur between the hours of 0800-1630 hrs. on May 18, 2014. Bleachers shall be removed on May 20, 2014 NLT 1600 hrs. CLIN0002: Quantity= 1. Bleachers designed to hold a minimum of 5,000 Individuals. The bleachers must be divided into three (3) sets of 4500 seating capacity in the center and 250 seating capacity on each side. The vendor is responsible for all labor, delivery, set-up, breakdown and removal costs. No Government personnel or owned equipment is allowed for the contract resulting from this solicitation. The period and place of performance for CLIN0002 is: Aboard MCAS Miramar, in front of building 8402 on June 10, 2014. Set-up shall occur between the hours of 0800-1630 hrs. on June 09, 2014. Bleachers shall be removed on June 11, 2014 NLT 1600 hrs. 5. Contractor Personnel: Contractor ™s personnel shall either be a United States Citizen or authorized to work in the United States or carry a valid United States Immigration Alien Registration Card 5.1. The Contractor must be able to read, write, or understand English. 5.2. The Contractor in the performance of the contract resulting from this Solicitation entering the installation, shall abide by the security regulations of the installation and shall be subject to such checks as may be deemed necessary. The Government reserves the right to direct the removal of an employee for misconduct or for security reasons. Removal of the employee for reasons stated above does not relieve the Contractor from full responsibility for total performance. Among other reasons, access may be denied for a Contractor employee if: - on the National Terror watch List - undocumented, illegal presence in the United States - subject to any outstanding warrants - employment questionnaire is determined to be fraudulent - currently debarred or banned from military installations 5.3. The contractor shall not enter any government building without a military escort. 6. Travel: The contractor is responsible for transporting themselves to and from MCAS Miramar for site survey ™s, setup and teardown requirements. The Government will award a contract resulting from this solicitation to the responsible business whose quotation conforms to the solicitation and will be most advantageous to the Government. The following FAR clauses and provisions apply: 52.212-1 Instructions to Offerors-Commercial Items; 52.204-7 System for Award Management; 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 (SEP 2013), and citing: 52.204-10, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-18, 52.225-13, and 52.232-30, 52.232-33; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.247-34 F.o.b. Destination; 52.252-1 Solicitation Provisions Incorporated by Reference, http://farsite.hill.af.mil/. The following DFARS clauses and provisions apply: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.209-7002 Disclosure of Ownership or Control by a Foreign Government; 252.225-7000 Buy American Statute-Balance of Payments Program Certificate; 252.225-7035 Buy American-Free Trade Agreements-Balance of Payments; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area WorkFlow Payment Instructions; 252.232-7010 Levies on Contract Payments. The following information shall be provided with any quotes provided by the offeror: 1. Commercial and government entity code (Cage). 2. Taxpayer identification number (Tin). 3. Data universal numbering system (Duns). 4. Three (3) past performance references from previous contracts performed within the last 3 years that are similar in scope as the requirement in this solicitation. Offerors must be registered in the System for Award Management (SAM) to be eligible for award. For information on registering with the SAM, visit www.sam.gov. Offerors are advised that they are responsible for ensuring their quotations have been received prior to the expiration date and time of this solicitation. Any quotations received later than the closing date and time or with missing information requested in this solicitation, will not be considered for award and will be considered as non-responsive. The Contractor receiving the award will be required to utilize the Wide-Area Work Flow Receipt and Acceptance (WAWF-RA) for invoicing, and can self-register at https://wawf.eb.mil. All responses to this solicitation are due by April 9, 2014 @ 12:00 p.m. Pacific Standard Time. Late offers/ responses will not be considered. Offers can be faxed to +1 (858) 577-1492 or emailed to daniel.usani@usmc.mil. Questions must be addressed in writing only to daniel.usani@usmc.mil no later than April 2, 2014 @ 12:00 p.m. Pacific Standard Time. Questions submitted after the deadline date shall not be accepted. Telephone inquiries shall not be accepted. The MCAS Miramar Contracting Office, San Diego, CA intends to make a single award to the responsible offeror whose offer is found to be the most advantageous to the Government. The following factors shall be used to evaluate offers: Technical Acceptability, Price, & Past Performance. Failure to provide offers that meet the minimum requirements may result in your quote being considered non-responsive. All questions/concerns must be presented to Sgt Daniel Usani, via e-mail address daniel.usani@usmc.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67865/M6786514T0016/listing.html)
- Record
- SN03314104-W 20140321/140319234407-27348ea3d9a63c5d6763ecd3a4fa5692 (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 |