Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
SOLICITATION NOTICE

S -- NIH Exhibit Booth Services at the Society for Neurosciences Annual 2015 Meeting

Notice Date
9/17/2015
 
Notice Type
Presolicitation
 
NAICS
561920 — Convention and Trade Show Organizers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-NOI-15-885
 
Archive Date
10/6/2015
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
NIH Exhibit Booth Services at the Society for Neurosciences Annual 2015 Meeting HHS-NIH-NIDA-SSSA-NOI-15-885 INTRODUCTION 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 are being requested and a written solicitation will not be issued. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-NOI-15-885 and the solicitation is issued as a PRE-SOLICITATION, NOTICE OF INTENT, to award a contract on a noncompetitive basis to The Expo Group, 5931 West Campus Circle Drive, Irving, TX 75063. REGULATORY & STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.106-1, only one responsible source and no other supplies or services will satisfy agency requirements, and FAR Part 12--Acquisition of Commercial Items and is NOT expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13--Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6--Competition Requirements. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84, dated September 3, 2015. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 561920 with size standard of $11 Million. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research, specifically the results of market research concluded that only The Expo Group is capable of meeting the needs of this requirement because the Society for Neuroscience has selected The Expo Group as the single source contractor for general exhibitor contracting services for the 2015 Annual Meeting. Due to this arrangement, the Society for Neuroscience allows no other contractor to perform exhibit support services on-site and therefore no other contractor may provide the services required by the NINDS for this event. Please see the Society for Neuroscience statement about The Expo Group as its sole source contractor the 2015 Annual Meeting at http://www.sfn.org/Annual-Meeting/Neuroscience-2015/Exhibits/Exhibitor-Service-Center. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. DESCRIPTION OF REQUIREMENT Background The annual Society for Neuroscience (SFN) exhibit program functions to further the education of scientists working in the field of neuroscience. Fifteen Institutes and Centers of the National Institutes of Health (NIH) participate in the SFN Annual Meeting and have consolidated their exhibit outreach program into one large, shared exhibit booth. This shared booth effectively and efficiently creates a "one NIH" message and improves communication and outreach to the research community. Purpose and Objectives The purpose of this acquisition is to provide the National Institute of Neurological Disorders and Stroke (NINDS) Office of the Director (OD) with exhibition services to satisfy the overall exhibit booth display for the National Institute of Health (NIH) NINDS at the Society for Neurosciences Annual 2015 Meeting. Services shall include exhibit related furnishings, electricity, sign hanging labor, cleaning, and material handling/drayage for the 2300 square foot NIH exhibit space. Project Description The Contractor shall provide exhibit support services for the 2300 square foot NIH exhibit at the Society for Neurosciences Annual Meeting 2015. Specifically, the contractor shall perform the following: 1. The Contractor shall furnish the trans-NIH exhibit with twenty (20) barstools, three (3) round tables, and eight (8) waste baskets in the main 1600 square foot booth space, plus furnishings in the NIH side booths as indicated in the order paperwork. The Contractor shall arrange for the exhibit for the NIH to have a straight back wall that creates an open gathering place on the show floor for professionals to review displayed material. 2. The Contractor shall clean the exhibit each day by vacuuming or shampooing the carpet and emptying the wastebaskets. 3. The Contractor shall ensure that exhibit demonstration areas are not set on the aisle line of the exhibit so that space remains to absorb spectators. Should spectators interfere with the normal traffic flow in the aisle or overflow into neighboring exhibits, the Government shall limit or eliminate the presentation. The Government accepts responsibility for the safety (structural, fire, etc.) of its exhibit. 4. The Contractor shall provide and arrange for electricity, labor for sign hanging, and material handling/drayage. The Contractor shall provide material handling for the exhibit. Material handling shall include receiving Government materials either at the warehouse in advance of the show or on-site during exhibit move in, delivering Government materials to the exhibit upon receipt, removing empty containers for storage during the show, returning empty containers to the exhibit after the show, delivering Government materials back to the loading dock, and loading for outbound shipping. Place of Performance The place of performance shall be McCormick Place, South Building, 2301 S. Lake Shore Drive, Chicago, IL 60616. Period of Performance September 21, 2015 to October 22, 2015. This period of performance includes preparation prior to the conference as well as the services required during and post-conference to meet the needs of this statement of work. Installation Dates and Hours Wednesday, Oct. 14 8 a.m. - 6 p.m. (Targeted Move-in, Island booths only, 400 square feet and above) Thursday, Oct. 15 8 a.m. - 6 p.m. Friday, Oct. 16 8 a.m. - 6 p.m. Saturday, Oct. 17 8 a.m. - 10 a.m. (Product set-up only may continue until 6 p.m.) Dismantling Dates and Hours Wednesday, Oct. 21 5 p.m. - midnight Thursday, Oct. 22 8 a.m. - noon Contract Type A firm fixed price purchase order with NET30 invoicing terms is anticipated. RESPONSE INSTRUCTIONS Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; and maintenance availability. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable. Technical acceptability shall be based on the following: 1. The Contractor must indicate ability to meet each of the project requirements detailed in this solicitation. 2. The Contractor must be authorized by the Society for Neuroscience to perform the required services. Award shall be made to the contractor which meets both technical acceptability criteria and offers the lowest price. APPLICABLE TERMS AND CONDITIONS INCORPORATED BY REFERENCE The following FAR clauses and provisions shall apply to this solicitation: 1. All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 3. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 4. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) apply to this acquisition. 5. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." CLOSING STATEMENT All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by the closing date of this announcement must reference solicitation number HHS-NIH-NIDA-SSSA-NOI-15-885. Responses may be submitted electronically to Lauren.Phelps@nih.gov and to NIDASSSAPurchaseRequ@mail.nih.gov. Fax responses will be accepted at (301) 480-1358. For information regarding this solicitation, contact Lauren Phelps by email at lauren.phelps@nih.gov or by phone at (301) 594-2490.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-15-885/listing.html)
 
Place of Performance
Address: Chicago, Illinois, 60616, United States
Zip Code: 60616
 
Record
SN03892598-W 20150919/150918001039-dda10e1c2a0c89f61802c18a21b75c6c (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.