Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2006 FBO #1507
SOLICITATION NOTICE

R -- Conference planning/event management services for two seminars in accordance with the attached Statement of Work, in support of Dept of Navy Office of Civilian Human Resources

Notice Date
1/9/2006
 
Notice Type
Solicitation Notice
 
NAICS
561920 — Convention and Trade Show Organizers
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
 
ZIP Code
19111-5083
 
Solicitation Number
N00140-06-T-0013
 
Response Due
1/20/2006
 
Archive Date
2/4/2006
 
Small Business Set-Aside
Total Small Business
 
Description
<DESC> This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). The RFQ number is N00140-06-T-0013. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-06 and DFARS Change Notice 20050930. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm . The NAICS code is 561920 and the Small Business Standard is $6,000,000.00. This is a 100% Small Business Set-Aside. The Fleet and Industrial Supply Center Norfolk, Contracting Department, Philadelphia Division requests responses from qualified sources capable of providing: conference planning/event management services for two seminars (one in Washington D.C., to be CLIN 0001, and one in San Diego, CA to be CLIN 0002) in accordance with the following Statement of Work, in support of the Dept of Navy Office of Civilian Human Resources. Period of performance is from date of award through 30 June 2006. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.219-6; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items . This announcement will close at 1600 on 20 January 2006. Point of Contact is Art Conkwright who can be reached at 215-697-9674, fax 215-697-9742, or email arthur.conkwright@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a quote which shall be considered by the agency. See Numbered Note: 1. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, past performance, and corporate experience. These three evaluation criteria will be of equal importance. Past Performance - The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter?s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. Corporate Experience ? The quoter shall include no more than three references, including contract number, Point of Contact with phone number and email address, having similar or directly-related scope, magnitude, and complexity as that required in the Statement of Work within the past three years. References shall provide an explanation demonstrating the relevance of the reference to the requirements of this solicitation. References directly related to planning/organizing Dept of Defense and/ or Dept of Navy conferences/events will carry more weight during evaluation. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. STATEMENT OF WORK Department of the Navy Office of Civilian Human Resources 1.0 INTRODUCTION Department of the Navy (DON), Office of Civilian Human Resources (OCHR?s) has a requirement for event management services. 2.0 SCOPE The purpose of this statement of work is to provide event management services for two executive seminars. The estimated timeframes, attendance, and location are: (1) Senior Executive Seminar (March - May 2006) (250-275) participants - Washington, DC metropolitan area. (2) Executive Career Planning Seminar (April-May 2006) (100-135) participants ? San Diego, California The contractor shall provide the following services as required: (a) Assist in the selection of speakers and trainers who shall be subcontracted with the contractor*. (b) Provide registration lists, badges, and speaker tent cards. (c) Prepare hotel resumes and forward to point of contact. (d) Room block 25-30 rooms for Senior Executive and Executive Career Planning Seminars. Number of rooms to be determined by event planner. (e) Assess and arrange audiovisual needs. (f) Create event listings relevant diagrams. (g) Set up VIP arrangements. (h) Prepare and place appropriate signage throughout hotels to direct attendees and guests to meeting rooms. (i) Arrange and staff registration tables. (j) Ensure adequate staff for seminars. * Two ? Three speakers per Senior Executive and Executive Career Planning Seminar. Speakers are to be selected on the basis of knowledge on military power, globalization and National Security. Senior Executive Seminar and Executive Career Planning Seminar will be two-day events as noted below. A. Senior Executive Seminar ? Washington, D.C. 1. Day 1, six (6) rooms required. (a) One (1) General sessions room capable of seating 275 people (School Room) (b) One (1) Breakout room for lunch, 275 people (crescent rounds of 6) (c) Four (4) breakout rooms in crescent rounds of 6. Each room should hold approximately 68 people. (d) Audio Visual - One (1) Outside Line Telephone at conference registration desk, Four (4) Tabletop Microphone for panel tables (general session room), Two (2) 9' x 12' Screen with Dress Kit (general session room), Three (3) XGA LCD projectors, Two (2) Wireless lavaliere microphones, One (1) AV Technician for 8 hours, One (1) 8 Channel Audio mixer board (general session room), Three (3) Personal Notebook Computers (Windows XP), One (1) VGA Distribution Amp (general session room), Two (2) Standing Lectern With Microphone (one per breakout room) 2. Day 2, one (1) room required. (a) General session Room capable of seating 275 people (crescent rounds of 6) (b) Audio Visual - One (1) Outside Line Telephone, One (1) XGA LCD projector, One (1) 9' x 12' Screen with Dress Kit, One (1) Personal Notebook Computer (Windows XP), One (1) Standing Lectern With Microphone, One (1) Wireless lavaliere microphone B. Executive Career Planning Seminar ? San Diego, California 1. Day 1, six (6) rooms required. (a) One (1) General sessions Room capable of seating 135 people (Crescent rounds 6), (b) One (1) breakout room for lunch 135 people (crescent rounds of 6), (c) Four (4) breakout rooms in crescent rounds of 6. Each room should hold up to 30, people. (d) Audio Visual One (1) Outside Line Telephone at conference registration desk, Four (4) Tabletop Microphone for panel tables (general session room), Two (2) 9' x 12' Screen with Dress Kit (general session room), Three (3) XGA LCD projectors, One (1) Wireless Handheld Microphone, Two (2) Wireless lavaliere microphone, One (1) AV Technician for 8 hours, One (1) 8 Channel Audio mixer board (general session room), Three (3) Personal Notebook Computers (Windows XP), One (1) VGA Distribution Amp (general session room), Two (2) Standing Lectern With Microphone (one per breakout room) 2. Day 2 requires two (2) separate rooms. (a) One (1) General session room capable of seating 135 people (crescent rounds of 6), (b) One (1) Breakout room for lunch 135 people (crescent rounds of 6), (c) Audio Visual - One (1) Outside Line Telephone, One (1) XGA LCD projector, Two (2) 9' x 12' Screen with Dress Kit, One (1) Personal Notebook Computer (Windows XP), Two (2) Standing Lectern With Microphone (one per breakout room), One (1) Wireless lavaliere microphone 3.0 PERIOD OF PERFORMANCE The period of performance is date of award through 30 June 2006. 4.0 PLACE OF PERFORMANCE The seminars will take place in the Washington, D.C. metropolitan area and San Diego, California. The seminar in the Washington, D.C. metropolitan area must be within a 15-mile radius of downtown D.C. 5.0 INVOICING Invoices are to be submitted to the following address: Office of Civilian Human Resources ATTN: Financial Management 614 Sicard Street, SE, Suite 100 Washington Navy Yard Washington, DC 20393-5441 6.0 POINT OF CONTACT The OCHR Project Officer will be Joanne Jones, Office of Civilian Human Resources, Executive Personnel Division, 614 Sicard Street, SE Suite 100, Washington Navy Yard, and Washington, DC 20374-5072. Email: joanne.m.jones@navy.mil
 
Place of Performance
Address: Washington, D.C. and San Diego, CA
 
Record
SN00963517-W 20060111/060109212147 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.