SOLICITATION NOTICE
X -- Conference Support
- Notice Date
- 7/24/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- HSHQDC-08-Q-00322
- Response Due
- 8/1/2008
- Archive Date
- 8/16/2008
- Point of Contact
- Crystal E. Lesesne,, Phone: 202-447-5733, Deborah Noojin,, Phone: 202-447-5670
- E-Mail Address
-
crystal.lesesne@dhs.gov, deborah.noojin@dhs.gov
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisitions Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Quotes are being requested and a written solicitation document will not be issued. This combined synopsis/solicitation is being issued as a Request for Quotation (RFQ) HSHQDC-08-Q-00322. The combined synopsis/solicitation and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 05-26. The NAICS Code for this requirement is 531120, Lessors of Nonresidential Buildings (except mini-warehouses). The Department of Homeland Security (DHS), Office of Procurement Operations (OPO), Protection and health Affairs Acquisition Division (PHAAD) intends to negotiate and award a firm fixed price purchase order for conference support. Specifically, this support is for one (1) conference event in support of the Presidents National Infrastructure and Advisory Council (NIAC). This is not a request for conference planning and the location must be within a quarter mile of the White House in the District of Columbia. It is incumbent upon prospective offerors to monitor the FedBizOpps (FBO) website for any/all subsequent amendment. FBO also contains an option for automatic notification services. The proposed acquisition will be for conference space, audiovisual equipment to include audiovisual technical support. The period of performance is one day, October 14, 2008. The items needed are as follows: 1 Day Meeting Space – General Session (140 attendees), 1 Day Meeting Space – Breakout Session (40 attendees), 2 LCD Projector Package, 1 Screen 12 X 12, 2 Wireless Handheld Microphone, 40 Table Microphones (Push to Talk), 1 Proxima Data Projector, 2 Audio Mixer Board, 3 Telephone Line, 3 Telephone Interface, 1 52” - 60” Plasma Monitor, 2 42” Plasma Monitor, 1 Switcher, 1 VGA DA, 2 Broadband Internet, 2 Lavaliere – Wireless, 1 Multi Box, 1 Tape Recorder, 3 Audio Tapes, 2 Portable Sound System, 2 A/V Technician for 8 hours. If your company believes it is capable of fulfilling this requirement (this is not conference planning), statements of capability shall be submitted in writing to include company name, address, and point of contact, telephone number, email address, facsimile number and business size (indicating whether you are a large or small business for the purpose of the assigned NAICS code). Written responses must not exceed three (3) pages and must be received no later than 4:00 PM EST, August 01, 2008 to email address: Crystal.Lesesne@DHS.gov. Email responses must be in MS Word, 2003 MS Excel or PDF Format. All quotations must include a completed 52.212-3 (June 2008) Offeror Representations and Certifications Commercial Items or certify that annual representations and certifications have been completed via the online representation and certification Application (ORCA) via the ORCA website at www.bpn.gov. Prospective vendors must be actively registered with the CCR system, website at http://www.ccr.gov. Failure to be actively registered with the CCR will result in disqualification. Of the available clauses, the following apply and are incorporated by reference: 52.212-1 (June 2008), Instructions to Offeror -- Commercial Items. The clause 52.212-4 (Feb 2007), Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference. The clause 52.212-5 (June 2008), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items: 52.233-3, Protest After Award (Aug 1996); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 5.225-1, Buy America Act-Supplies (June 2003); 52.225-2, Buy America Act Certificate (June 2003); 52.225-3, Buy America Act-Free Trade Agreement-Israeli Trade Act (Aug 2007); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003). As a result of analyzing the responses to this synopsis, the Contracting Officer may determine that a solicitation will be issued, but no additional synopsis will be published. Any such solicitation will be issued to the intended vendor and all firms that respond to this synopsis and demonstrate their technical capability to provide the required services. All responses or questions regarding this posting must be in writing and sent via e-mail to Crystal.Lesesne@DHS.gov. Phone calls will not be accepted. If no responses are received, the anticipated award date is September 05, 2008.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=890663ae8585ca6960b07fa7392b8c01&tab=core&_cview=1)
- Place of Performance
- Address: Washington, District of Columbia, United States
- Record
- SN01622485-W 20080726/080724223306-890663ae8585ca6960b07fa7392b8c01 (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 |