Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 18, 2009 FBO #2610
SOLICITATION NOTICE

X -- Room and AV Equipment Rental

Notice Date
1/16/2009
 
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-09-Q-00081
 
Point of Contact
Gale,, Phone: 202-447-0288, Iann T. Washington,, Phone: 202-447-5736
 
E-Mail Address
david.gale@hq.dhs.gov, iann.washington@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items in the Baltimore Metropolitan Area prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Quotation (RFQ) and the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-29. This acquisition is not a set aside for small businesses. The NAICS code for this requirement is 531120. The Department of Homeland Security (DHS) intends to negotiate and award a Firm Fixed Price (FFP) contract for Conference Space, Audio Visual (AV) Equipment and AV Technical Support Services. The solicitation number associated with this combined Synopsis/Solicitation is HSHQDC-09-Q-00081. Quantity Description of Item or Service The space meeting requirements for 350 people are as follows: SPACE (1) General Session area for 3 days, 4200 sq. ft, ½ Classroom style seats, ½ Theater for up to 350 people, tables for press, internet access, with dedicated venue staff member.; (3) Workshop/breakout rooms for 1 day, 1750 sq ft each, Classroom style for 120 people each with dedicated venue staff member (each of the rooms needs to be as close to each other as possible and have internet access); (1) Demonstration room for 3 days, 900 sq ft, Classroom style for 60 people, with internet access and dedicated venue staff member; (1) Staff Office for 3 days near General Session area, 400 sq ft, Boardroom Style for 10 people, with internet access; (1) Speaker Ready Room for 3 days near General Session, 560 sq ft, Rounds of 10 for 40 people, with internet access; Inner Harbor water taxi service to local attractions and as a means of transportation to and from the U.S. Coast Guard tours involving the Baltimore Inner Harbor maritime security aspects; Affiliated shuttle service to nearby airport (Baltimore/Washington International Airport (BWI); Onsite parking garage for over 350 parking spaces; Local attractions (neighborhood restaurants within walking distance (less than 0.25 miles) ITEMS 59 hours Staff Support 10 Screen with Drapes 10 LCD Projector 10 LCD Accessory Package 3 Switcher 8 Laser Pointer 8 Wireless Presenter Remote 22 Microphone – Wireless (hand) 10 Microphone – Wireless (lavalier) 24 Microphone – Wired (table) 8 Microphone – Wired (lectern) 8 Channel Audio Mixer 8 House Sound Patch 30 Handheld Two-Way Radio Transceiver 3 Polycom Speaker Phone 3 Direct Dial Phone Line + Calls 3 Internet (first line) 23 Internet (additional lines) 108 Pipe and Drape 3 Lighting 8 Lectern 6 Speaker Timer 3 Confidence Monitor 3 Splitter Box 3 Mult Box 28 Extension Cord 22 Power Strip 33 Easel 59 hours AV Technician 1 Service Charge (%) The contractor shall be responsible for maintaining the conference space, setup of Audio Visual Equipment and providing technical support to DHS and Chemical Sector Coordinating Council in support of the scheduled summit. The period of performance for this requirement is as follows: three days (June 29 – July 1, 2009). Market research for this requirement indicated that these services are available in the Baltimore Metropolitan Area. Interested parties who feel they are qualified may submit a quotation to the Contract Specialist. The anticipated award date is February 13, 2009. The provision at FAR 52.212-1, Instruction to Offerors – Commercial applies to this acquisition. The provision at FAR 52.212-2, Evaluation – Commercial Items applies to this acquisition to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) adherence to the required meeting requirements and items, (2) Lowest Price Technically Acceptable, and (3) past performance references. The contractor shall provide adequate space to accommodate 350 attendees and the Audio Visual Equipment noted above to the Department of Homeland Security (DHS) Office of Infrastructure Protection, Sector Specific Agency Executive Management Office (SSA EMO) to provide briefings on the most current security regulations and activities, best practices, and tools for the chemical sector. The provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items applies to this acquisition. All offerors must include a completed annual representations and certifications for commercial items or certify that annual representations and certifications have been completed via the online website at http://orca.bpn.gov. Prospective vendors must be actively registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov. The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items applies to this acquisition. The offeror must have a current profile in the Online Representations and Certifications (http://orca.bpn.gov) prior to award. The following Homeland Security Acquisition Regulations (HSAR) provision is applicable: HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates. The above referenced clauses and provisions may be accessed via the World Wide Web at http://www.dhs.gov/xopnbiz/regulations/index.shtm and www.acquisition.gov/far. All questions regarding this solicitation must be submitted in writing and sent via email to David Carnell Gale at david.gale@hq.dhs.gov and must reference the Solicitation Number HSHQDC-09-Q-00081. All questions must be received by 4:00 PM EST on January 26, 2009. QUESTIONS RECEIVED AFTER 4:00 PM EST ON JANUARY 26, 2009 WILL NOT BE ADDRESSED. TELEPHONIC REQUESTS OR INQUIRIES WILL NOT BE ACCEPTED. All quotes must be submitted in writing and sent via email to David Carnell Gale at david.gale@hq.dhs.gov. All quotes must be received by 4:00 PM EST on February 2, 2009 and must reference Solicitation Number HSHQDC-09-Q-00081. QUOTES RECEIVED AFTER 4:00 PM EST ON FEBRUARY 2, 2009 WILL NOT BE ACCEPTED. All quotes shall include the following contractor administrative data: (1) Commercial and Government Entity (CAGE) Code; (2) Data Universal Numbering Systems (DUNS); (3) and at least two (2) past performance references.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=de43f4adaf0c8d17fbdc142ae8b55a4f&tab=core&_cview=1)
 
Place of Performance
Address: Baltimore Metropolitan Area, Baltimore, Maryland, 21202, United States
Zip Code: 21202
 
Record
SN01734018-W 20090118/090116215512-de43f4adaf0c8d17fbdc142ae8b55a4f (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.