Virginia Bids > Bid Detail

Tent, Chair and Stage Set-Up

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159274499832879
Posted Date: Mar 1, 2023
Due Date: Mar 8, 2023
Solicitation No: 11505PQ230000118
Source: https://sam.gov/opp/78c67b9d2f...
Follow
Tent, Chair and Stage Set-Up
Active
Contract Opportunity
Notice ID
11505PQ230000118
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 1(00080)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 01, 2023 02:31 pm EST
  • Original Date Offers Due: Mar 08, 2023 10:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H283 - EQUIPMENT AND MATERIALS TESTING- TEXTILES, LEATHER, FURS, APPAREL AND SHOE FINDINGS, TENTS AND FLAGS
  • NAICS Code:
    • 53228 - Other Consumer Goods Rental
  • Place of Performance:
    Portsmouth , VA 23703
    USA
Description

This is a combined synopsis/solicitation Nr 11505PR230000118 for a commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 53228. All responsible business sources may submit proposals that will be considered. This synopsis/ solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded on a firm-fixed price basis using simplified acquisition procedures in accordance with FAR 13.





THE UNITED STATES COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING:






  1. BACKGROUND





CGC SPENCER is hosting a command and crew ceremony. Cutter requires a tent and other equipment listed on the statement of work to be delivered, set up on ship’s flight deck, then broken down and later picked up.






  1. REFERENCE





N/A






  1. REQUIREMENTS - Company Personnel or crane provided by company to move items from the pier to the ship.






  1. Contractor shall supply:

    1. (1) 30 x 60 White Jumbo Trac Tent

    2. (2) Tent Sides Keder Clear 8' x 10'

    3. (8) Tent Sides Keder Clear 8' x 15'

    4. (2) Tent Sides Keder Clear 8' x 20'

    5. (1) 8' x 12' Quad Stage

    6. (4) Stage Skirting 8" x 12' Black

    7. (10) White Resin Woodlook Chair, Setting on Stage

    8. (90) Black Shell Back Folding Chairs

    9. (100) Setup and Strike fee, per chair

    10. (2) Podium, Aluminum Truss Style

    11. Labor- contractor shall move equipment onto & off the ship’s flight deck.

    12. Assembly and disassembly required



  2. Contractor shall deliver, load, and assemble tent and equipment onboard SPENCER 30MAR2023, before 1900.

  3. Contractor shall disassemble, offload, and remove tent and all equipment from SPENCER 31MAR2023, after 1400 and before 2200. The cutter heads to sea the following morning so all ceremony equipment must be removed on time.






  1. 4.0 ADMINISTRATION.







4.1 CONTRACTOR PERSONNEL







4.1.1 Qualified Personnel.



The Contractor shall provide qualified personnel and subject matter experts to perform all required tasks specified in this SOW.





4.1.2 Employee Conduct.



Contractor employees shall present a professional appearance and their conduct shall not reflect discredit upon the U.S. Government, and any involved Departments or Agencies. Contractor employees shall comply with all applicable Government regulations, policies, and procedures (e.g., fire, safety, sanitation, environmental protection, security, “off limits” areas, wearing of parts of military uniforms, and possession of weapons) when visiting or working at Government facilities.





4.1.3 Conflict of Interest.



The Contractor shall not employ any person who is an employee of the U.S. Government if that employment would, or would appear to cause, a conflict of interest. The Contractor shall take appropriate precautions as delineated in the Federal Acquisition Regulation (FAR) to preclude actual or apparent conflicts of interest.







4.2 PERIOD OF PERFORMANCE.





30MAR2023 – 31MAR2023





4.3 PLACE OF PERFORMANCE.





Cutter homeport is located on USCG Base Portsmouth, VA.





USCGC SPENCER



4000 Coast Guard Blvd



Portsmouth VA, 23703





Unit Point of Contact:



SK1 Angel Santiago



Ship Quarterdeck: (757)483-8784



Email: Angel.M.Santiago@uscg.mil



*Cutter is at sea until mid-March – email is the best means of contact.



B. As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items- applies with the following addenda:



Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5.



1. Please provide any warranty information.

2. Vendors MUST be registered in www.sam.gov



The Government will award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforming to the solicitation will be more advantageous to the Government, price and other factors considered.



Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price proposal that will be considered by the agency. Proposals must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Labor Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company UEI and Cage Code.



Quotes must be received no later than 8 MAR 2023 at 10:00 A.M Eastern Standard Time. Email quotes are acceptable and should be sent to Ashlee.N.Lindsay@uscg.mil.



Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer or have provision FAR 52.212-3 submitted into www.sam.gov. Any questions or concerns regarding any aspect of this RFQ must be forwarded to Contracting Officer, SKC Damon D. Jones via email Damon.D.Jones@uscg.mil and Miss Ashlee Lindsay via email: Ashlee.N.Lindsay@uscg.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • 300 EAST MAIN ST, STE 950, VESS DIV
  • NORFOLK , VA 23510
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 01, 2023 02:31 pm ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >