SOLICITATION NOTICE
R -- Conference Services for UID Forum
- Notice Date
- 12/22/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561920
— Convention and Trade Show Organizers
- Contracting Office
- N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024411T0054
- Point of Contact
- Michael Oliva 562-626-7453
- E-Mail Address
-
Use this email to contact the Contract Specialist
(michael.a.oliva@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-11-T-0054 This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-47and DFARS Change Notice 20101216. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 561920 and the Small Business Standard is $7M. This is a total Small Business set-aside. FISC San Diego requests responses from qualified sources capable of providing the following services: STATEMENT OF WORK The contractor shall provide all labor, material and equipment to fulfill the following requirements at conference in Orlando, FL: Item 0001 REGISTRATION SUPPORT: Provide pre-conference online registration capabilities for both Department of Defense employees, and industry attendees, and reduced registration fees for DoD employees. Provide no-cost registration for 300 Department of Defense first-time attendees, which will require the contractor to determine first time attendee eligibility. Provide on-site conference registration capabilities beginning the day prior to the commencement of the conference sessions (1200 to 1700) and a minimum of 30 minutes prior to the first session, each day of the conference. Conference registration and customer service must be available until at least 1700 each day of the conference. Provide up to 10 complimentary registrations for Under Secretary of Defense (Acquisition, Technology, and Logistics)/Defense Procurement Acquisition Policy/ Program Development and Implementation USD(AT&L)/DPAP/PDI staff and/or VIP delegates as determined by the USD(AT&L)/DPAP/PDI. Item 0002 ADVERTISEMENT/SIGNAGE: Include the USD(AT&L)/DPAP/PDI name and logo associated with the word Sponsor on all program collateral to include: printed promotional literature, email promotions, forum website (http://www.UIDforum.com), press releases, media advisories, onsite signage and program guide. Include sponsor name and logo within the event website heading on each page as well as a highlighted link directly to the USD(AT&L)/DPAP/PDI website under the navigation bar on each page. Include one full page on the event website, providing an overview of the UID policies along with a direct link to the USD(AT&L)/DPAP/PDI for additional information. Display the USD(AT&L)/DPAP/PDI logos on-screen at the beginning and end of every session. Display USD(AT&L)/DPAP/PODI logos on General Session stage set specification to be agreed. As well as logo signs placed on all podiums in break-out sessions. Include a full page advertisement for the UID Forum in the on-site Program Guide (Government to supply camera ready artwork). Display sponsorship logo on all registration counters as well as on entrance unit to Exhibit Hall area. Provide approved promotional materials to all UID Forum attendee bags. Item 0003 BOOTH SUPPORT: Provide setup and teardown support, and man (1) 10x20 booth space which will contain a Wide Area Work Flow (WAWF) and Item Unique Identification (IUID) Registry booth in the exhibit hall consisting of laptop computer(s), internet connection(s), LCD Monitor(s), furniture and signage in the exhibit hall in order to support the training for WAWF and IUID Registry education. Provide setup and teardown support for (1) 10x10 booth space for the UID Policy Office in the exhibit hall. Item 0004 TRAINING: Conduct interactive WAWF sessions for up to 20 attendees at a time, during exhibit hall hours (0800-1700 hours) each day of the conference, to provide additional information and hands-on instruction on utilizing WAWF. Item 0005 DELIVERABLES Item 0005AA Manage and provide to the Government, the attendee list (Deliverable 1) prior to each day of the conference, and the complete attendee list post event to include: attendee name, title, organization, address, phone, fax and email. Item 0005AB Manage and provide to the Government, the complete post event exhibitor list (Deliverable 2) to include: exhibitor name, title, company, address, phone, fax and email. Item 0005 AC The contractor shall provide on-line conference registration, via http://www.uidforum.com/, within 7 days of date of award. The contractor shall also provide, within 7 days of date of award, on the UID forum website, a call in number for phone reservations. Item 0005 AD The contractor shall provide attendee and exhibitor lists, updated weekly to government technical POC, to commence 1 week after registration opens. Within 2 weeks of conference conclusion, the contractor shall provide a final attendee and exhibitor list to the government technical POC. ADDITIONAL INFORMATION Conference starts Tuesday, March 1st at 0800 hrs and runs through Thursday, March 3rd at 1700. It is preferred that the contractor be a member of the Association for Automatic Identification and Mobility North American (AIMNA) UID Supplier Alliance (USA). The contractor shall have extensive knowledge of the UID Community, including Government and industry. The contractor shall have extensive knowledge of DoD UID policies, and on-going efforts to implement UID throughout the DoD community. The contractor shall also have extensive knowledge of Wide Area Work Flow (WAWF), and be able to provide hands-on WAWF training to conference attendees. The Government intends to award a firm-fixed contract. Inspection and acceptance will be performed at the destination by a government representative. A Contracting Officer s Representative will be assigned upon contract award. The following FAR provisions and clauses are applicable to this procurement: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41 Service Contract Act of 1965; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.201-7000 Contracting Officer s Representative; 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. FAR 52.212-2, Evaluation: 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: (i) price and (ii) past performance (see FAR 15.304); technical capability of the item offered to meet the Government requirement; (a) For evaluation purposes past performance and technical capability are greater in importance than price. (b) 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. (c) Award will be made upon price reasonableness determination, contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein. Please specify your ability to comply with the SOW requirements when submitting your quote. To be determined acceptable the Offeror must furnish information that demonstrates, through its proposal, the ability to meet all requirements as stated in the SOW and required knowledge of UID and Wide Area Work Flow (WAWF). Past performance documentation must demonstrate knowledge of the UID Community, including Government and industry, knowledge of DoD UID policies, and on-going efforts to implement UID throughout the DoD community. The contractor should also have knowledge of WAWF, and be able to provide hands-on WAWF training to conference attendees. Past Performance information is required and each offeror must provide three references for similar type work with a detailed description of work previously performed. Past Performance information should also include the prior customers name, address, point of contact, phone number and email address. 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 Quotes must be received no later than 5:00 PM PST on 06 January 2011. Contact: Michael Oliva email michael.a.oliva@navy.mil Procedures in FAR 13.106 are applicable to this procurement. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, contractor s CAGE code and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Questions regarding this solicitation must be submitted in writing via email to the above Government point of contact.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024411T0054/listing.html)
- Record
- SN02349215-W 20101224/101222234253-f7b91977b5ccd11ad77991d34032b3f3 (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 |