Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 20, 2024 SAM #8089
SOLICITATION NOTICE

X -- DHS Targeted Violence and Terrorism Prevention (TVTP) Symposium / Bi-Annual Field Operations In-Person Meeting - Venue Space Rental

Notice Date
1/18/2024 11:28:55 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
DEPARTMENTAL OPERATIONS ACQUISITION DIVISION II Washington DC 20528 USA
 
ZIP Code
20528
 
Solicitation Number
ROPL-24-00005
 
Response Due
1/24/2024 11:00:00 AM
 
Archive Date
02/08/2024
 
Point of Contact
Matthew Wetzel
 
E-Mail Address
Matthew.Wetzel@hq.dhs.gov
(Matthew.Wetzel@hq.dhs.gov)
 
Description
The Department of Homeland Security (DHS), Office of Policy has a requirement to rent venue space with set-up as well as AV equipment and internet services for a Targeted Violence and Terrorism Prevention (TVTP) Symposium and its Bi-Annual Field Operations In-person Meeting on January 29 � February 2, 2024 in the National Capital Region/ Washington D.C. Metropolitan area. (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in Subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) The solicitation number for this requirement is�ROPL-24-00005 and is being issued as a Request for Quotation (RFQ). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04.� (iv) This procurement is unrestricted. The North American Industry Classification System (NAICS) code is 531120 for Lessors of Nonresidential Buildings (except Miniwarehouses), which has a size standard of $34.0 million. (v) The Department of Homeland Security, Office of Procurement Operations intends to award a Firm Fixed Price purchase order.� The contract line item number (CLIN) for this requirement is as follows: CLIN�� Description���������������������������������������������������������������� 0001��� Venue / Space Set-Up (SOW: 2.1) 0002 �� A/V, Internet, and Technical Requirements (SOW: 2.2) (vi) See Attachment I Statement of Work and Attachment II Clauses. Both attachments will be incorporated into the awarded purchase order. (vii) The period of performance for this purchase order is from January 29 - February 2, 2024.� �� (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Sep 2023) is incorporated into this solicitation. Offerors may obtain the full text version of this provision electronically at www.acquisiton.gov/far/ Offerors shall submit the following information as part of their quote: Unique Entity Identifier (UEI), Business Address, Point of Contact (POC) and Email Address. Total Firm-Fixed-Price for individual CLINs 0001 and 0002 as well as total evaluated Fixed Price for the entire Purchase Order in section V of this solicitation. The fixed rate shall be inclusive of all services and equipment described in the Statement of Work. - Confirmation that the Offeror can meet the availability, venue specifications and location requirements (including lodging availability). - Quotes must be submitted by the vendor. Quotes submitted by third-parties will not be accepted. (ix) FAR 52.212-2 Evaluation -- Commercial Items (Nov 2021) is incorporated into this solicitation. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: - Factor 1: Availability (Including Lodging Availability Requirements) - Factor 2: Location - Factor 3: Venue Specifications - Factor 4: A/V, Internet, and Technical Requirements The technical factors above are listed in descending order of importance. All four (4) factors, when combined, are more important than price. For Factor 1: Availability, the Government will evaluate the extent to which the Quoter can provide a venue (with lodging availability) available from January 29 - February 2, 2024. For Factor 2: Location, the Government will evaluate the extent to which the Quoter can provide a venue within the National Capital Region / Washington, DC Metropolitan area. For Factor 3: Venue Specifications, the Government will evaluate the extent to which Quoter can provide a venue with setup requirements outlined in the SOW. For Factor 4: A/V, Internet, and Technical Requirements, the Government will evaluate the extent to which the Quoter can provide the A/V, Internet and Technical Requirements support for the venue space outlined in the SOW. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote�s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Nov 2023) is to be submitted with your quote by ensuring the venue�s System for Award Management (SAM) record is active.� (xi) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Nov 2023) applies to this acquisition. See Attachment II- Clauses. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Nov 2023) applies to this acquisition. See Attachment II- Clauses. (xiii)There are no additional contract requirements or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices.� (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable for this solicitation. (xv) Quotations should include a Technical Response no longer than five (5) single-spaced pages (8.5 x 11) including cover page, table of contents, and other graphs/chart that clearly address the Evaluation Factors contained in Section (ix) including provide specifics, labor details, and an overall technical approach to meeting the requirements of the SOW and any additional information that will help the Federal Government evaluate your quotation. Quotations are due no later than Wednesday January 24th, 2024 at 2:00PM Eastern Standard Time. �Quotes shall be e-mailed to Contracting Officer Matthew Wetzel (Matthew.Wetzel@hq.dhs.gov). (xvi) For information regarding the solicitation, please contact Matthew.Wetzel@hq.dhs.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/99717f2bb21a439e920a750537a8ae9b/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN06938517-F 20240120/240118230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.