Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2017 FBO #5648
DOCUMENT

N -- Trade Show Booth Service - Attachment

Notice Date
5/9/2017
 
Notice Type
Attachment
 
NAICS
561920 — Convention and Trade Show Organizers
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
VA101V17Q0238
 
Archive Date
6/3/2017
 
Point of Contact
Van Hale
 
E-Mail Address
9-7940<br
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. PLEASE DO NOT RESPOND WITH A PROPOSAL / QUOTE / OFFER. This sources sought notice is issued in an effort to conduct market research for informational and planning purposes ONLY. The Government is soliciting information to determine the availability of SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) OR VETERAN OWNED SMALL BUSINESS (VOSB) CONCERNS capable of providing Trade Show Booth Services. In order to qualify as an SDVOSB or VOSB, your company must be a verified and a registered SDVOSB or VOSB concern in the VA Center for Verification and Evaluation (CVE) Vendor Information Pages (VIP) located at http://www.VetBiz.gov Federal Acquisition Regulations require that contractors are registered in the System for Award Management (SAM) database at http://www.sam.gov and entered all mandatory information into the system. NAICS code 561920 has been designated for this potential requirement. The North American Industry Classification System (NAICS) Code is 561920 (Convention and Trade Show Organizers) with a size standard of $11 million dollars. This means that businesses providing trade show booth services with an average annual revenue over the last 3 years under $11 million dollars are generally considered small businesses. DESCRIPTION OF SERVICES: Trade show services to enable VBA to attend three large outreach events and use VBA s 10 x 20 outreach booth. All venues are Union venues and therefore use of Union labor is required for set up and dismantling. The contractor shall provide all trade show services necessary to accomplish the work and produce the deliverables necessary in the most cost effective manner to ensure a successful event, within the requirements of the venues. To that extent the contractor will provide complete show services to include: 1. Electrical requirements and/or other equipment rental requirements specific to the venue 2. Exhibit materials/asset management to include pre-show examination and inspection of exhibit and collateral display, event disposable marketing inventory, and show check in and check out 3. Booth setup and post-show dismantling to include shipping, drayage and trash removal 4. Storage of exhibit material during the entire period of the contract PLACE OF PERFORMACNE: Performance will begin and end at: 6th floor, 1722 Eye St, NW., Washington, DC 20006. The first event is located at: Silver Legacy Resort Casino 407 N. Virginia St., Reno, NV, 89501 on August 27-30, 2017, (includes set up and dismantling). The second event is located at: Kentucky Expo Center 937 Phillips Ln., Louisville, KY 40209 on September 7-10, 2017 (includes set up and dismantling). The third and final event is located at: Water E. Washington Convention Center 801 Mt. Vernon Pl NW., Washington, DC on October 9-11, 2017 (includes set up and dismantling and final delivery to 1722 Eye St, Washington DC). This announcement is NOT a request for competitive proposals/offers/quote. All responsible sources shall respond by submitting a written narrative Statement of Capability including detailed technical information and/or other technical informational literature demonstrating the ability to perform the below requirements via email to the point of contact(s) below. Include business size in relation to the NAICS code of 561920 in your Statement of Capability and your Dun & Bradstreet number. The responses must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirements. No telephone requests will be honored. All information provided will become property of the Department of Veterans Affairs and will not be returned. Responses are requested by May 16, 2017, no-later-than 1 p.m., Eastern Standard Time (EST) and should include a point of contact, phone number, fax number and email address. Interested parties capable of performing this requirement should send responses by email to Van.Hale@va.gov. DISCLAIMER This Sources Sought Notice is issued solely for informational and planning purposes only and does not constitute a solicitation. All information received in response to this Sources Sought Notice that is marked as proprietary will be handled accordingly. Responders are solely responsible for all expenses associated with responding to this Sources Sought Notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/VA101V17Q0238/listing.html)
 
Document(s)
Attachment
 
File Name: VA101V-17-Q-0238 VA101V-17-Q-0238.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3483661&FileName=VA101V-17-Q-0238-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3483661&FileName=VA101V-17-Q-0238-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04501043-W 20170511/170509234826-1415769dea885b18ae178cf44fb98868 (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.