Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2017 FBO #5836
SOLICITATION NOTICE

X -- Two International Trade Show Exhibits - pws

Notice Date
11/13/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561920 — Convention and Trade Show Organizers
 
Contracting Office
Other Defense Agencies, Defense Security Cooperation Agency, Directorate of Business Operations (DBO), 201 12th Street South, Arlington, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
HQ0013-18-Q-0010
 
Archive Date
12/28/2017
 
Point of Contact
Woodrow W. Bell, Phone: 7036978952, James Washington, Phone: 703 697-8937
 
E-Mail Address
woodrow.w.bell.civ@mail.mil, james.e.washington.civ@mail.mil
(woodrow.w.bell.civ@mail.mil, james.e.washington.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS Solicitation Number: HQ0013-18-Q-0010 Notice Type: Combined Synopsis/Solicitation (i) 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. (ii)This solicitation document, HQ0013-18-Q-0010, is issued as a Request for Quote (RFQ). (iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. It is the responsibility of the offeror to review the web page for notice of amendments, updates or changes to the solicitation. (iv) This solicitation is issued under FAR Part 13-Simplified Acquisition Procedures. The Defense Security Cooperation Agency (DSCA) seeks to establish a contract between the DSCA and a contractor capable of providing a rental exhibit, with AV equipment and graphics production for participation in the Singapore Air Show (Feb 6 -11, 2018) and the FIDAE Air Show (Apr 3-8, 2018). The North American Classification System (NAICS) code is 561920, size standard is $11 million. Award of this requirement will be in accordance with Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures. (v) For the Singapore Air Show, the contractor shall provide an exhibit that shall fit on display floor space of 64 square meters (8 meteres X 8 meters). For the FIDAE Air Show, the contractor shall provide an exhibit that shall fit on display floor space of 60 square meters (8 meters X 7.5 meters). The exhibits shall be of a customized modular design. Customized modular exhibits are built to unique needs using modular components and can be designed to reconfigure multiple sized exhibit spaces. The requirements for both shows shall include, at a minimum: exhibit walls and partitions; full- and partial-panel custom graphics production; carpeting, lighting, electrical, and audio-visual support installation-and associated requirements-for a professional presentation and operation; two (2) meeting rooms each of which must accommodate a conference table with at least eight chairs; related furniture for a 64 square meter exhibit; and consumables for light refreshments. Contractor will also provide exhibit shipping and installation; exhibit dismantling, tear-down, and disposal; and cleaning during and after event. Contractor will also provide basic graphics support to ensure DSCA provided images are sized appropriately throughout the display to promote the U.S. Department of Defense's (DoD) Security Cooperation (SC) mission. (vi) The place of performance for the Singapore Air Show is Singapore. The place of performance for FIDAE is Santiago, Chile. (vii) The requirement shall be Firm Fixed Price (FFP). (viii) All costs for the installation and dismantling of the exhibit and associated support elements should be included in the price of the build. (ix) Requirements as follows: Description_____ Qty Unit of Issue Unit Price Amount CLIN 0001AA - Exhibit Build Singapore - 1 Each tiny_mce_marker_______ tiny_mce_marker________ CLIN 0001AB - Exhibit Build Singapore Travel - 1 Each tiny_mce_markerDSCA will enter amount CLIN 0002AA - Exhibit Build FIDAE - 1 Each tiny_mce_marker_______ tiny_mce_marker________ CLIN 0002AB - Exhibit Build FIDAE Travel - 1 Each tiny_mce_markerDSCA will enter amount Offerors shall complete the table provided above. (x) Expected Award Date: The expected Award Date is 26 September 2017.. (xi) Required Delivery Dates: The required Delivery Date can be found in the table at Section 7 of the attached PWS. The contractor shall install exhibit not later than one day prior to show start date of the applicable air show in order to facilitate DSCA project officer set-up and preparation to be completed not later than the close of business the day prior to opening day of show. (xii) All prices MUST include all applicable fees, gratuities, and service charges. THE FEDERAL GOVERNMENT IS TAX EXEMPT. (xiii) Provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xiv) Provision at FAR 52.252-2, Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xv) Provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (xvi) Instructions to Offerors a. Offerors shall read the documents of the RFQ completely. b. Offerors shall submit their proposal in 3 Parts 1. Part I: Exhibit Build and Support 2. Part II: Past Performance 3. Part III: Price c. Part I shall include: 1. Offerors shall- a. Provide two (2) rendered drawing designs. One for the Singapore Air Show at 64 square meters (8 meters X 8 meters) in size the other for the FIDAE Air Show at 60 square meters (8 meters X 7.5 meters) in size. Both in a peninsula configuration. The drawings include the dimensions of storage room/closet; shall note the placement of light fixtures, placement of wall-mounted monitor and dimensions of monitor, the placement of and dimensions of the walk-up kiosk, the placement and dimensions of the welcome/information counter, the dimensions and placement of the each meeting room, to include placement of points of entry. The placement of the graphics, shall be made clear on the renderings b. Provide a summary of building, construction, and audio visual materials included in the design. c. Provide schedules delivery of each exhibit by the required date. At a minimum the schedules shall include the design phase, construction phase and delivery/set up on site date. The schedule shall assume a contract award date of 26 Dec 2017. c. Provide details of approach for providing onsite resolution of any issues that may arise. d. Provide acknowledgment and concurrence to provide items at 5.c.iii.6 and 7, the Requirement Section, of the PWS. e. Provide an appropriate plan for determining the amount of power required, for the exhibit. f. Provide the resumes of the project manager, lead design engineer and lead construction engineer. d. Part II shall include: The details of three (3) projects that are of the same of similar scope that you have performed within the last five (5) years. i. For each agency/company submitted, offerors shall provide the contract number and point of contact information. Point of contact information shall include: -Name of point of contact -Phone number of point of contact -Email address of point of contact ii. Provide photographic examples or renderings of the projects e. Part III shall include: The quote for each line item. Offerors shall complete the table at paragraph ix of this document. f. Questions are due by 11:30 am EST, on 20 Dec 2017. The shall be sent via email to James Washington at james.e.washington.civ@mail.mil and Woodrow Bell at woodrow.w.bell.civ@mail.mil. g. Proposals shall be submitted by 11:30 am EST, on 13 Dec 2017, to the point of contact listed below. Offerors shall provide a quote using the pricing schedule provided in the statement of work attached to this combined synopsis/solicitation. h. Proposals shall be submitted to Woodrow Bell via email to: woodrow.w.bell.civ@mail.mil. Facsimile submissions will not be accepted. (xvii) 52.212-2 -- Evaluation -- Commercial Items (Oct 2014). (a) The Government will award a contract resulting from this solicitation 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. Minimum Acceptability Standards: A. The arrangement of the rooms and other features of the exhibit shall be orderly, so that it promotes a professional appearance. B. All of the design and furniture requirements of Section 5 are represented in the drawings and/or photographic mock ups, to include the dimensions of items, per Instructions to Offerors. Dimensions shall be as detailed in the PWS. C. Provide acknowledgement of requirements at 5.c.iii.6 and 7. D. Schedule show that offeror is able to delivery exhibit by required dates. Offeror is able to deliver Singapore exhibit no later than 5 February 2018 and offeror is able to deliver FIDAE exhibit no later than 2 April 2018. E. The exhibit shall have an appropriate plan for determining the amount of power required, for the exhibit. F. The Singapore design uses the maximum amount of the 64 square meters; G. The FIDAE design uses the maximum amount of the 60 square meters; H. The proposed Project Manager meets the qualifications at 4.b.i.; I. The proposed Lead Design Engineer meets the qualifications at 4.b.ii.; and J. The proposed Lead Construction Engineer meets the qualifications at 4.b.iii. K. Past Performance submission meet the standard for recent and relevant. 2. The awardee shall be selected with the use of Lowest Price Technically Acceptable Source Selection Process. 3. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. 4. Tradeoffs are not permitted. 5. Proposals are evaluated for acceptability but not ranked using the non-cost/price factors. 6. Exchanges may occur. 7. Non-cost factors: The minimum acceptability standards and Past Performance 8. Past performance: Performance on submitted examples are relevant and acceptable. 9. Price: Cost will be evaluated as follows: a. The propose prices of all CLINs to include optional CLINs shall be evaluated as part of the price evaluation. (b) Options. Left Blank Intentionally (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (xviii)Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offers are to include a completed copy.) The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xix)Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition Addendum to FAR 52.212-4. (xx)1. Invoicing WIDE AREA WORK FLOW (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line times (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. WAWF Instructions an interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. THE FOLLOWING CODES AND INFORMATION WILL BE REQUIRED TO ASSURE SUCCESSFUL FLOW OF WAWF DOCUMENTS. CONTRACT NUMBER: To be determined at time of award DUNS CODE: To be determined at time of award ISSUE BY DODAAC: HQ0013 ADMIN BY DODAAC: HQ0013 INSPECT BY DODAAC: HQ0013 ACCEPT BY DODAAC: HQ0013 LOCAL PROCESSING OFFICE DODAAC: HQ0013 PAYMENT OFFICE DODAAC: HQ0347 PAYMENT OFFICE FISCAL STATION CODE: DFAS INDIANAPOLIS (xxii) Clause at FAR 52.212-5(Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil). 52.203-6 ALT1, Restrictions on Subcontracting Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations;52.219.4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-28, Post Award small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 523222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in persons; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/; 52.233-3, Protest after Award; 52.246-4, Inspection of Services-Fixed Price; 52.252-2, Clauses Incorporated by Full Text (website provided by http://farsite.hill.af.mil). (xxiii) The following DFAR clauses apply to this acquisition: DFARS 252.203-7002, Requirement to inform Employee's of Whistleblower Rights; DFARS 252.203-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A System for Award Management; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items ;252.225-7002, Qualifying Country Sources as Subcontractors; 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Request for Equitable Adjustment. Applicable additional clauses under DFARS 252.212-7001 are as follows: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; Gratuities; DFARS 252.232-7003, Electronic Submissions of Payment Requests; 252.247-7023,Transportation of Supplies by Sea. (xxiv) Other clauses that apply. 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-13 Contractor Code of Business Ethics and Conduct OCT 2015 52.204-3 Taxpayer Identification OCT 1998 52.204-7 System for Award Management OCT 2016 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV2015 52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017 52.232-23 Assignment Of Claims MAY2014 52.242-13 252.204-7012 252.225-7048 Bankruptcy Safeguarding Covered Defense Information and Cyber Incident Reporting Export Controlled Items JUL 1995 OCT 2016 JUN 2013 (xxv)The points of contact (POCs) for this acquisition are Woodrow Bell and James Washington. Woodrow can be reached via email at woodrow.w.bell.civ@mail.mil or telephone at (703) 697-8952. James can be reached via email at james.e.washington.civ@mail.mil or telephone at (703) 697-8937. (xxvi)A detailed requirement description is attached.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/88998f05f7f811bae95148434046bb30)
 
Place of Performance
Address: SEE PERFORMANCE WORK STATEMENT (PWS), United States
 
Record
SN04738234-W 20171115/171113230907-88998f05f7f811bae95148434046bb30 (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  © 1994-2020, Loren Data Corp.