SOLICITATION NOTICE
R -- CLDP Conferences
- Notice Date
- 5/6/2010
- Notice Type
- Presolicitation
- NAICS
- 561920
— Convention and Trade Show Organizers
- Contracting Office
- Department of Commerce, Office of the Secretary, Commerce Acquisition Solutions, Office of the Secretary, 14th & Constitution Avenue NW, Room 6521, Washington, District of Columbia, 20230
- ZIP Code
- 20230
- Solicitation Number
- SA130110RP0013
- Archive Date
- 6/12/2010
- Point of Contact
- Kevin T. McGhee, Phone: 2024826092, Zerrin U. Langer, Phone: 202-482-5338
- E-Mail Address
-
kmcghee@doc.gov, Zlanger@doc.gov
(kmcghee@doc.gov, Zlanger@doc.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- CLDP CONFERENCE SYNOPSIS The U.S. Department of Commerce plans to award a small business set-aside Indefinite Delivery Indefinite Quantity contract to up to three (3) responsible U.S. small businesses to perform international logistics support services worldwide (to include austere and conflict areas). Task orders awarded under this contract will contain a combination of firm fixed priced and cost reimbursable line items. Of the up to three (3) contracts, the U.S. Department of Commerce plans to award (and reserves the right to award) up to two (2) to responsible small business Hub Zone concerns providing they provide the Government with technically acceptable proposals at fair and reasonable prices. The NAICS code for these services is 561920 Convention and Trade Show Organizers. The Commercial Law Development Program (CLDP) is a U.S. Department of Commerce initiative funded in part by the U.S. Agency for International Development and the U.S. Department of State to help achieve U.S. foreign policy goals. CLDP usually provides technical assistance to designated countries by sponsoring technical skill training workshops, conferences, consultative tour visits, and short term law based programs domestically and overseas to include austere regions and warzones. In order to carry out their mission, CLDP relies on the logistical capabilities of contractors to setup, coordinate, organize, and handle all the administrative events related tasks that go into putting on conferences, workshops, training seminars, programs, etc. for the CLDP at locations worldwide. As a minimum to propose on this requirement, responsible U.S. small businesses shall have a minimum five (5) years experience setting up, coordinating, planning and/or organizing conferences, workshops, training seminars or programs. Also, responsible U.S. small businesses shall have as a minimum documented proof of experience successfully setting up, coordinating, planning, and/or organizing multiple events domestically (i.e. at least two) and overseas (i.e. at least three). U.S. small businesses shall also have (and be able to provide proof in the form of income statements or balance sheets and/or letter of credit from financial institutions, etc.) the financial resources to provide logistical support to the Government upfront (i.e. for travel tickets, passports, visa fees, hotel rooms for non-government employees and conference attendees for the duration of the conference, per diem allowances for non-government employees, and conference attendees for the duration of the conference, and ground transportation, rental and leasing fees, printing fees, etc.) before being reimbursed in accordance with the Prompt Payment Act. These reimbursable costs could reach up to $500,000.00 per project on multiple projects awarded to the vendor. Responsible U.S. small businesses meeting the minimum requirements who are planning on proposing for this requirement shall be required to list ALL (AND NOT SOME) contracts and subcontracts they have held over the past five years for the same or similar work. Responsible U.S. small businesses shall be required to provide the following information for EACH (AND NOT SOME) contract and subcontract: 1. Customer's name, address, and current telephone numbers of customer's lead contract and technical personnel; 2. Contract number and type; 3. Date of the contract, place(s) of performance, and delivery dates or period of performance; 4. Contract size (number of personnel employed by contract per labor category) and dollar value; 5. Brief description of the work, including responsibilities; 6. Description of the comparability of the work to the work required under this solicitation; 7. Brief discussion of any technical problems and their resolutions; 8. Brief discussion of any terminations (partial or complete) and the type (convenience or default) as well as any deficiencies notices, show cause notices or cure notices (provide explanatory details); and 9. Listing of deductions taken under any listed contracts, with explanatory details and resolution. The Department of Commerce plans to issue the solicitation on or about Monday, May 24, 2010 by uploading the solicitation to Fedbizopps.gov. No questions will be answered concerning this requirement until the release of the solicitation. THE U.S. DEPARTMENT OF COMMERCE IS NOT RESPONSIBLE FOR THE PAYMENT OF ANY EXPENSES INCURRED BY INTERESTED OFFERORS SUBMITTING (OR CONTEMPLATING SUBMITTING) PROPOSALS FOR THIS REQUIREMENT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/OS/OAM-OSBS/SA130110RP0013/listing.html)
- Place of Performance
- Address: WORLDWIDE LOCATIONS, United States
- Record
- SN02142515-W 20100508/100506235142-a237459cab697eb9b03fdcde73b73f4b (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 |