Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2021 SAM #7027
AWARD

99 -- TRADESHOW DISPLAY EXHIBIT AND RELATED SERVICES

Notice Date
2/22/2021 8:40:17 AM
 
Notice Type
Award Notice
 
NAICS
541850 — Outdoor Advertising
 
Contracting Office
6923G5 ST LAWRENCE SWY DEV. CORP. MASSENA NY 13662 USA
 
ZIP Code
13662
 
Solicitation Number
6923G521R0200
 
Archive Date
03/09/2021
 
Point of Contact
Kristin Mulvaney, Phone: 315-764-3236, Katie Maloney, Phone: 3157643260
 
E-Mail Address
kristin.mulvaney@dot.gov, katie.maloney@dot.gov
(kristin.mulvaney@dot.gov, katie.maloney@dot.gov)
 
Award Number
6923G521P0064
 
Award Date
02/22/2021
 
Awardee
SKYLINE DISPLAYS, LLC Saint Paul MN USA
 
Award Amount
148857.67
 
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 (offers) are being requested and a written solicitation will not be issued.��Solicitation number 6923G521R0200 is issued as a request for proposal (RFP).� The solicitation document and incorporated provisions and clauses accompanying this solicitation are those in effect through Federal Acquisition Circular (FAC) 2020-03. This solicitation was amended on January 14, 2021.� Amendment number�6923G521R0200A00003 is provided as an attachment and must be signed and returned with proposals. The purpose of this amendment is three-fold. First, it serves to notify offerors that due to the COVID-19 pandemic, the SeaTrade Cruise Global exhibition has been rescheduled from April 2021 to September 2021.� Second, it serves to provide a high-resolution image of the SLSDC logo.� The logo has been added to the attachment section of this solicitation.� Third, it serves to include questions asked by prospective offerors and the answers provided by the Contracting Officer�s representative. This solicitation was amended on January 11, 2021.� Amendment number 6923G521R0200A00002 is provided as an attachment and must be signed and returned with proposals. The purpose of this amendment is two-fold. First, all requests for an explanation or interpretation of the solicitation must be made in writing and submitted to the Contracting Office no later than 2:00 P.M., Wednesday, January 13, 2021.� Requests may be emailed to Kristin.mulvaney@dot.gov or katie.maloney@dot.gov. A final amendment to the solicitation regarding Q&A will be posted By COB January 14, 2021.� Second, it serves to provide explanations to questions previously submitted by prospective offerors.� This solicitation was amended on January 5, 2021.� Amendment number 6923G521R0200A00001 is provided as an attachment and must be signed and returned with proposals. The purpose of this amendment is to include questions asked by prospective offerors and the answers provided by the Contracting Officer's Representative. It is the intent of the Saint Lawrence Seaway Development Corporation (SLSDC) to contract for a new Great Lakes St. Lawrence Seaway System tradeshow display exhibit for a 20� x 20� configuration to be used annually at the SeaTrade Cruise Global exhibition in South Florida, beginning in April 2021.� The contractor will provide design, build, storage, pre- and post-show inspection, freight logistics, and setup and takedown services for the display.� This new systemwide display will support the SLSDC�s objective of promoting and educating commercial cruise operators to the advantages of developing cruise itineraries for the Great Lakes region.� The purchase supports the SLSDC�s trade and economic development program.� SCOPE OF WORK The SLSDC seeks a commercial firm to perform and provide the following activities/services over two phases: PHASE 1 � Exhibit Display and Accessories (one-time expense) Design � provide the SLSDC with a computerized exhibit design and final production art proofs for a new exhibit display for a 20� x 20� exhibition configuration to include, but not limited to, one-on-one meeting space, video boards, graphics, and a 6�-8� overhead hanging signage to be installed above the exhibit display. Build � provide the SLSDC with exhibit hardware, graphics, signs (including the large hanging sign), displays, flooring, chairs, brochure/materials holders, storage crates, kiosks, tables, video monitors, etc., based on final approved design.� PHASE 2 � Storage, Pre- and Post-Show Inspection, and Setup, Takedown, and Maintenance Services (annual expense) Storage � provide the SLSDC with safe, secure, and insured storage services, on a month-to-month basis, of all exhibit display equipment, parts, and accessories when the display is not being used at the annual SeaTrade Cruise Global exhibition. Pre-Show Inspection � provide the SLSDC with pre-show inspection, to include full setup, takedown, and packaging of all display exhibit equipment and accessories prior to shipping to the SeaTrade Cruise Global exhibition.� Pre-show inspection services should include use of a computerized exhibit inventory management system for inspection and inventory purposes. Post-Show Inspection � provide the SLSDC with post-show inspection, to include full setup, takedown, and packaging of all display exhibit equipment and accessories following shipping from the SeaTrade Cruise Global exhibition.� Post-show inspection services should include use of a computerized exhibit inventory management system for inspection and inventory purposes. Freight Logistics � provide the SLSDC with all services related to the freight logistics of the display exhibit to and from the storage facility and the SeaTrade Cruise Global exhibition, to include insurance and liability for all shipments. Setup, Takedown, and Maintenance Services at SeaTrade Exhibition � provide the SLSDC with all aspects of the setup, takedown, and maintenance of the display exhibit, overhead signage, and accessories at the SeaTrade Cruise Global exhibition.� SeaTrade Cruise Global Exhibition Services � provide the SLSDC with any on-site show services, in coordination with SeaTrade Cruise Global, as needed. Evaluation of Offers: In accordance with FAR 15.101-2, each proposal will undergo an evaluation utilizing the factors defined below.� � Factor 1 � Technical Proposal The Technical Proposal shall describe the offeror�s approach to the design and construction of the project as well as all other aspects of the scope of work. In addition, offerors shall submit a conceptual design to include general equipment, materials and construction methods. The offeror shall explain the benefits of the conceptual design. The conceptual design shall not be a detailed design. Factor 2 � Past Performance The offeror shall have completed at least two (2) projects of similar scope and complexity within the past ten (10) years. References shall be provided. Each reference shall include the name and address of the client, a brief but detailed description of the work performed and a contact person with valid contact information (phone number and email). Factor 3 - Cost Proposal Offerors shall include the costs to complete the scope of work. The SLSDC intends to evaluate offers and award a fixed-price order without discussions. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a cost and technical perspective.� SLSDC intends to award to the offeror whose proposal demonstrates the capability to accomplish this work by evaluating technical proposal, past performance, and cost. The Government intends to award a Firm, Fixed Price Contract base (to include Exhibit Display and Accessories and Storage, Pre- and Post-Show Inspection, and Setup, Takedown, and Maintenance Services) with 4 option years for the Storage, Inspection, and Setup/Takedown/Maintenance Services. The contractor will only be paid for work that is completed and approved by SLSDC. �SLSDC intends to make the award without holding discussions with offerors.� Award will be made to a responsible offeror based on the evaluation factors above. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Provision 52.252-2, Clauses Incorporated by Reference applies to this procurement. Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if they have not completed their certifications and representations on the System for Award Management (SAM) website at www.sam.gov.� The offers must have an active SAM registration to be considered eligible for award. FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items is applicable to this acquisition. The following FAR clauses contained within clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are applicable to this acquisition: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-13, Notice of Set-Aside of Orders; 52.219-14, Limitation on Subcontracting; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 -- Payment by Electronic Funds Transfer System for Award Management; 52.222-17 Non-displacement of Qualified Workers; 52.222-41 Service Contract Labor Standards; 52.222-42 Statement of Equivalent Rates for Federal Hires (this clause is in full text below); 52.222-55 Minimum Wages Under Executive Order 13658, 52.222-62 Paid Sick Leave Under Executive Order 13706; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; Other applicable FAR provisions and clauses incorporated by reference in accordance with; 52.217-8, Option to Extend Services; 52.252-2 Clauses Incorporated by Reference and 52.252-1 Solicitation Provisions Incorporated by Reference include: 52.204-7, System for Award Management; 52.209-2 Prohibition on Contracting with Inverted Domestic Corporation Representation; 52.222-22 Previous Contracts and Compliance Reports; 52.222-25 Affirmative Action Compliance; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. The below statement of indemnity also applies to this procurement.� By submitting a bid, the offeror agrees to the terms and conditions described below. �The Contractor indemnifies and holds harmless the Corporation, its agents, servants, employees or officers against all suits, actions, claims, costs or demands, (including, without limitation, suits, actions, claims, costs or demands resulting from death, personal injury, and property damage) which the Corporation, its agents, servants, employees or officers may be subject or put by reason of damage or injury (including death) to the property or person of any one other than the Corporation, its agents, servants, employees, or officers arising or resulting in whole or in part from the fault, negligence, wrongful act or wrongful omission of the Contractor, or any subcontractor, his or their servants, agents or employees.� Such indemnity shall include, without limitation, suits, actions, claims, costs or demands of any kind whatsoever, resulting from death, personal injury or property damage occurring during the period of performance and with respect to any such suits, actions, claims, costs, or demands resulting from death, personal injury or property damage occurring after the expiration of such period, the rights and liabilities of the Corporation shall be as determined by other provisions of this Agreement or by law;� Provided, however, that such indemnity shall apply to death occurring after such period which results from any personal injury received during the period covered by Contractor indemnity as provided here.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/036927269802403896991e52f5af35d2/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05922513-F 20210224/210222230105 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.