Status Report

CBD: NASA: Operation and transport of a NASA display, video, audio exhibits trailer to display sites

By SpaceRef Editor
December 28, 2001
Filed under , ,

[Commerce Business Daily: Posted in CBDNet on December 21, 2001]

[Printed Issue Date: December 26, 2001]

From the Commerce Business Daily Online via GPO Access
[cbdnet.access.gpo.gov]

PART: U.S. GOVERNMENT PROCUREMENTS

SUBPART: SERVICES

CLASSCOD: V–Transportation, Travel, and Relocation Services

OFFADD: NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696,
Mail Code: BH

SUBJECT: V–OPERATION AND TRANSPORT OF A NASA DISPLAY, VIDEO,
AUDIO EXHIBITS TRAILER TO DISPLAY SITES

SOL 9-BH13-90-01-39P

DUE 011402

POC Stephanie D. Hunter, Contracting Officer, Phone (281) 483-8523,
Fax (281) 244-0995, Email stephanie.d.hunter1@jsc.NASA.gov
– Krystine O. Bui, Contracting Officer, Phone (281) 483-4186,
Fax (281) 244-5331, Email krystine.o.bui1@jsc.NASA.gov

DESC: This notice 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;
offers are being requested and a written solicitation will
not be issued. This notice is being issued as a Request for
Offers (RFO) for the following: The NASA Johnson Space Center
(JSC) has a 53 foot technology display and exhibit trailer
(Benefits of Space Exhibit and Display Trailer) that requires
the services of a responsible professional driver that can
provide the services necessary to effectively transport and
tour the trailer to various public fairs as well as other public
events throughout the United States. This requirement includes
transport and delivery of the the trailer to the display sites,
set up of the exhibit, possible backup operation of the exhibit,
and disassembley of the exhibit. The services required include
the proper legal transportation of the trailer to the required
display sites, including the provision of a tractor for the
transport of the trailer. The contractor may lease or own the
tractor used to transport the trailer. The contractor will
be responsible for maintenance of the tractor. The contractor
will also be responsible for basic maintenance of the exhibit
when necessary to ensure the successful operation of the exhibit.

NASA will designate the events throughout the United States
that the Benefits of Space exhibit will attend. All detailed
arrangements with fairs and other exibition sites concerning
the logistics,placement, and operation of the trailer are the
contractor’s responsibility, for example, electrical hook ups
and access to power outlets. The work includes the set up of
the exhibit trailer (exterior and interior audio and video
equipment)as well as disassembly of the exhibit in preparation
for transport to other designated events. The required work
includes administrative tasks such as exhibit site surveys,
management of professional drivers, on-site coordination with
event managers, coordination with NASA management of drivers,
travel arrangements for drivers and the scheduling of exterior
maintenance of the trailer. The contractor shall be responsible
for maintaining the trailer as well as the exhibit in such
a manner that the interior and exterior of both the trailer
and exhibit are free from debris at all times. The contractor
will be responsible for the delivery to and from authorized
maintenance and repair firms as needed. The government will
pay seperately for maintenance and repair of the trailer. Contractor
personnel (drivers) will serve as backup operators for the
exhibit during display times. The requested services requires
interaction with the viewing public, all contractor personnel
(drivers) must interact with the public in a professional and
courteous manner at all times. The behavior of all contractor
personnel (drivers) including their appearance must be professional
such that it always reflects favorably on NASA. The contractor
must be proactive in ensuring the safety of the staff as well
as guests in and around the exhibit. Safety concerns that cannot
be remedied immediatley shall be reported to the Benefits of
Space exhibit manager immediately. The contractor shall report
all safety incidents to the Benefits of Space exhibit manager,
which includes the completion of incident reports.

The government
will supply a minimum of 2 personnel to staff the exhibit while
the trailer is on display. The contractor will be responsible
for keeping the trailer in a clean serviceable condition. The
basic contract period of performance is 1 year from 2/1/02
through 1/31/03, with option 1 for 2 years from 2/1/03 – 1/31/05
and option 2 for 2 year from 2/1/05 – 1/31/07. The government
anticipates awarding an Indefinite Quantity Indefinite Delivery
contract to procure these services. Under this contract type,
the government will issue delivery orders under the framework
of the basic contract. The price of all deliver orders will
be a single uniform average price reflected in the basic contract
on a per event basis. The following information is necessary
for the contractor to calculate a per event price. The contractor
will tend the trailer for 300 days of the year. The trailer
will be down for maintenance in the months of November and
December. The exhibit will travel approximately 2,600 average
miles per month will attend appoximately 6 events during a
one month period. The government is planning on negotiating
with the selected contractor on an all inclusive per event
price. The government will pay seperately for special fees
collected by fairs and other public events that the Benefits
of Space Exhibit and Display Trailer attends.

Contractor selection
will be made using the Best Value Selection (BVS) method. Selection
will be made based on the best combination of price and qualitative
merit (including past performance within the last 5 years)
of the offers submitted with the purpose of reducing the administrative
burden on both the offerors and the government. Evaluations
will be based on the premise that, if all offerors are of approximately
equal qualitative merit award will be made to the offeror with
the lowest evaluated price. The government will consider making
award to an offeror with higher qualitative merit if the difference
in price is commensurate with added value. Conversely, the
government will consider making award to an offeror whose offer
has lower qualitative merit if the price differential between
it an the other offers warrants doing so. The above statement
of work serves as the government’s baseline requirements. Award
will be based on the overall best value to the government,
with consideration given to the factors proposed, technical
merit, price and past performance. For selection purposes technical
merit, price, and past performance are equal in importance.
These value characteristics are performanced based and permit
selection of the offer which provides better results for a
marginal increase in price.

All offers will be uniformly judged
against these value characteristics: 1. Technical Merit 2.
Price 3. Past Performance The government will evaluate offers
in two general steps: Step 1. An initial evaluation will be
performed to determine if all required information has been
porvided and the offeror has made a reasonable attempt to present
an acceptable offer. Offers may be contacted only clarification
purposes during the initial evaluation. Offerors determined
not to be acceptable shall be notified of their disqualification
and the reasons therefore and excluded from further consideration.
Step 2. All acceptable offers will be evaluated against the
specifications and statement of work in the solicitation announcement
above as well as the three value characteristics. Based on
this evaluation, the government has the option based on the
circumstances of the offers received to utilize one of the
following methods: (1) Make selection and award without discussions;
(2) Make selection without determining finalists or conducting
discussions and enter into negotiations only with the successful
offeror;or (3) After discussions with all finalists, afford
each offeror the opportunity to revise their offer and then
make selection. The provisions and clauses in the RFO are those
in effect through FAC 97-27.

This procurement is a total small
business set-aside. See Note 1. The NAICS Code and the small
business size standard for this procurement are respectively
541614 and $5,000,000. The offeror shall state in their offer
their size status for this procurement. All qualified responsible
business sources may submit an offer which shall be considered
by the agency. The DPAS rating for this procurement is DO-C9
Offers for the items(s) described above are due by January
14, 2001 at 4:30 p.m Submit proposals to the NASA/Johnson Space
Center, Projects Procurement Office, to the attention of Stephanie
D. Hunter, mail code HA and must include, solicitation number,
FOB destination to this Center, proposed delivery schedule,
discount/payment terms, taxpayer identification number (TIN),
identification of any special commercial terms, and be signed
by an authorized company representative. Offerors are encouraged
to use the Standard Form 1449, Solicitation/Contract/Order
for Commercial Items form found at URL: http://procure.arc.NASA.gov/Acq/Forms/Index.html
to submit a offer.

Offerors shall provide the information required
by FAR 52.212-1. If the end product(s) offered is other than
domestic end product(s) as defined in the clause entitled “Buy
American Act — Supplies,” the offeror shall so state and shall
list the country of origin. FAR 52.212-4 is applicable. Addenda
to FAR 52.212-4 is as follows: 52.217-7 Option for Increased
Quantity-Separately Priced Line Item (Mar 1989) The Government
may require the delivery of option 1 and 2, in the quantity
and at the price stated in the Schedule. The Contracting Officer
may exercise the option by written notice to the Contractor
within Delivery of added items shall continue at the same rate
that like items are called for under the contract, unless the
parties otherwise agree. FAR 52.212-5 is applicable and the
following identified clauses are incorporated by reference:
52.203-6,52.219-8,52.219-9,52.219-14,52.222-21,52.222-26, 52.222-35,52.222-36,52.222-37,52.225-3,52.232-33,52.222-41,
52.222-42,52.222-43,52.222-44,52.222-47 The FAR may be obtained
via the Internet at URL: http://www.arnet.gov/far/ The NFS
may be obtained via the Internet at URL: http://www.hq.NASA.gov/office/procurement/regs/nfstoc.htm
Questions regarding this acquisition must be submitted in writing
no later than December 31, 2001. Selection and award will be
in accordance with FAR 52.212-2 with the following value characteristics:
technical merit, price and past performance. Technical acceptability
will be determined by information submitted by the offeror
providing a description in sufficient detail to show that the
product offered meets the Offerors must include completed copies
of the provision at 52.212-3, Offeror Representations and Certifications
– Commercial Items with their offer. These may be obtained
via the internet at URL: http://ec.msfc.NASA.gov/msfc/pub/reps_certs/midrange/
. These representations and certifications will be incorporated
by reference in any resultant contract. An ombudsman has been
appointed — See NASA Specific Note “B”. Prospective offerors
shall notify this office of their intent to submit an offer.
It is the offeror’s responsibility to monitor the following
Internet site for the release of solicitation amendments (if
any): http://nais.msfc.NASA.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=73
Potential offerors will be responsible for downloading their
own copy of this combination synopsis/solicitation and amendments
(if any).

Any referenced notes can be viewed at the following
URL: http://genesis.gsfc.NASA.gov/nasanote.html

LINKURL: http://nais.msfc.NASA.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=73#99659
LINKDESC: Click here for the latest information about this notice

EMAILADD: stephanie.d.hunter1@jsc.NASA.gov

EMAILDESC: Stephanie D. Hunter

CITE: (D-355 SN5158J3)

SpaceRef staff editor.