COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24, 2001 PSA #2922
SOLICITATIONS
W -- INSTALLATION AND REMOVAL OF BICYCLE-RACK TYPE TEMPORARY BARRIERS
- Notice Date
- August 22, 2001
- Contracting Office
- Department of the Treasury, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20373-5802
- ZIP Code
- 20373-5802
- Solicitation Number
- USSS010037
- Response Due
- August 31, 2001
- Point of Contact
- Kelly Curtin, Contract Specialist, Phone 202/406-6940, Fax 202/406-6801, Email kcurtin@usss.treas.gov
- 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; proposals are being requested and a written solicitation will not be issued. Solicitation number USSS010037 is issued as a Request for Proposals (RFP) through Federal Acquisition Circular 97-27. This action is a 100% small business set-aside. The NAICS code is 332999 and the small business size standard is 500. The U.S. Secret Service (USSS) has a requirement involving the installation and removal of approximately 13,320 linear feet (l.f.) of 48" high, 6' or 8' in length, interlocking, steel bicycle-rack type temporary barriers (Temporary Barriers). A combination of 6' and 8' Temporary Barriers is acceptable. Temporary Barriers are required at various venues for the Winter Olympic Winter Games of 2002. The Government intends to award a firm, fixed price type contract. The Offeror shall provide all necessary labor, supplies and equipment for the installation and removal of a total of approximately 13,320 l.f. of Temporary Barriers at the following venues, with individual linear footage allocations assigned to each: Venue 1: Ogden Ice Sheet (1,000 l.f.) 4390 Harrison Blvd., Ogden, UT; Venue 2: E. Center (1,000 l.f.), 3200 S. Decker Lake Drive, West Valley City, UT; Venue 3: Olympic Oval (5,000 l.f.), 5624 S. 4800 West, Kearns, UT; Venue 4: Salt Lake Olympic Square (2,000 l.f.), 301 West South Temple, Salt Lake City, UT; Venue 5: Soldier Hollow, 2002 S. Olympic Drive, Midway, UT (2,000 l.f.);Venue 6: Seven Peaks (800 l.f.), North 100 Seven Peaks Parkway, Provo, UT; Venue 7: Snow Basin (2,520 l.f.), Highway 226, Ogden, UT. Installation of Temporary Barriers must be coordinated with USSS, and must be in place within approximately 72 hours prior to the start dates (final determination to be made by USSS) of the following venue operating periods: Venue 1: February 9, 2002 through February 24, 2002; Venue 2: February 9, 2002 through February 24, 2002; Venue 3: February 8, 2002 through February 24, 2002; Venue 4: February 8, 2002 through February 24, 2002; Venue 5: February 9, 2002 through February 24, 2002; Venue 6: February 9, 2002 through February 21, 2002; and Venue 7: February 10, 2002 through February 17, 2002. The location, placement and positioning of the Temporary Barriers are critical to this requirement. The Offeror must be prepared to install and remove Temporary Barriers during inclement weather. Truck drivers, backup drivers and laborers will be the responsibility of the Offeror to allow for all possible contingencies. The number and size of the work crews will be determined by the Offeror in order to complete the installation and removal in the time period specified for each venue. The Offeror shall provide delivery of Temporary Barriers to each venue; installation of Temporary Barriers at each venue, per USSS instructions; tear down and removal of Temporary Barriers from each venue; all necessary labor, supplies and equipment for the installation and removal of the Temporary Barriers; freight costs; and usage of Temporary Barriers for the entire operating periods for each venue. Removal of Temporary Barriers shall occur within 72 hours following the conclusion of the required venue operating periods listed above. An optional quantity for up to an additional twenty-five percent (25%) of the base quantity (up to 3,330 l.f.), may be exercised for the venues listed herein. If additional Temporary Barriers are required, the USSS will provide at least two (2) week(s) notice to the successful awardee prior to the start date for installation. USSS shall be billed for actual linear footage installed only. 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 will award a contract resulting from this Solicitation to the responsive Offeror conforming to the Solicitation that will represent the best value to the Government, price and other factors considered. The following factors, in descending order of importance, shall be used to evaluate offers: Fulfillment of Minimum Specification Requirements; Price; Technical Capability; and Past Performance. Technical Capability and Past Performance, when combined, are more important, when compared to Price." 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. The following clauses cited in 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-14, Limitations on Subcontracting; 52.219-8, Utilization of Small Business Concerns; 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; 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (insert "ten days after award" at fill-in). 52.217-6, Option for Increased Quantity -- insert: "period from contract award through January 31, 2002". 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. Offerors shall submit a technical proposal and a price/cost proposal. The technical proposal shall address the following: 1) Fulfillment of Minimum Specification Requirements: Offeror shall establish that the minimum specification requirements are met. 2) Technical Capability: Offeror shall demonstrate their understanding of the requirements listed in the specification provided herein, as well as its knowledge of the supplies to be provided. Practices to be used in performing the supplies required under this Solicitation shall be provided. This includes the submission of a draft "plan of action", detailing how the Offeror proposes to accomplish the tasks required, including shipping to site, installation and removal measures, inclusion of back-up procedures, etc. Finally, what quality control procedures will be in existence to prevent delinquencies, resolve issues which may arise during the process, and ensure timely and efficient installation and removal of Temporary Barriers. 3) Past Performance: Offeror shall include at least three references for contracts/purchase orders of similar supplies/services within the last two (2) years. Each reference must include customer's name and address, contact person, project name, date of performance, telephone number and contract value for each reference. If business entity establishment is less than two (2) years, provide related experience of key personnel. For evaluation purposes, adjectival ratings may be used as a guide in evaluating and comparing Offerors' technical proposals. However, the offer with highest technical score may not be selected for award. The Government will determine if any additional technical merit in a given offer warrants any additional cost. Similarly, award may not be made to the technically acceptable, lowest cost offer. Cost shall not be so controlling to preclude award to an Offeror whose technical superiority warrants the additional cost. The price/cost proposal must contain the following: 1) Pricing per linear foot for Temporary Barriers, and total price for the total base quantity of 13,320 l.f.); 2) Pricing per linear foot for an option quantity of up to an additional twenty-five percent (25%) of the base quantity (up to 3,330 l.f.) of Temporary Barriers; and 3) Completed and signed copy of the FAR 52.212-3, Representations and Certifications (October 2000/FAC 20 edition). All responsible Offerors shall forward proposal package, to include the technical and price/cost proposals, to U.S. Secret Service, Procurement Division (Suite 6700), Attn: Kelly Curtin, 245 Murray Drive, SW, Bldg. 410, Washington, DC 20223, to be received no later than 3:00 P.M.(EST), Friday, August 31, 2001. Please note: Award is anticipated within thirty (30) days of receipt of proposals. [Any inquiries regarding this requirement must be submitted via fax to 202.406.6801 (Attn: Kelly Curtin) and received no later than 4:00 P.M. (EST), Wednesday, August 29, 2001.]
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/TREAS/USSS/PDDC20229/USSS010037/listing.html)
- Record
- Loren Data Corp. 20010824/WSOL002.HTM (D-234 SN50V6J3)
| W - Lease or Rental of Equipment Index
|
Issue Index |
Created on August 22, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|