SOLICITATION NOTICE
R -- Venue and Associated Services for U.S. China Joint Commission on Commerce and Trade (JCCT) Meeting December 18, 2014 - Statement of Work
- Notice Date
- 10/22/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561920
— Convention and Trade Show Organizers
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- SB1350-15-Q-00203
- Archive Date
- 11/22/2014
- Point of Contact
- Monica Brown, Phone: 2024820932
- E-Mail Address
-
monica.brown@trade.gov
(monica.brown@trade.gov)
- Small Business Set-Aside
- N/A
- Description
- JCCT Requirements SOW This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The RFQ solicitation number is: SB1350-15-Q-00203 and is solicited for Full and Open competition. This solicitation document incorporates all mandatory commercial item provisions and clauses in effect through Federal Acquisition Circular 05-72; effective January 30, 2014. The associated North American Industrial Classification System (NAICS) code is 561920 Convention and Trade Show Organizers and the small business size standard is $11.0 million. This requirement is being solicited as unrestricted; full and open competition. The Government will not consider quotations offering third-party event planning services that propose to subcontract for the venue requirements. All Contractors that provide a quotation agree that the requirement and services can be provided in its entirety, for the specified performance period. The event date is December 18, 2014. Contractors that cannot provide the complete requirement and services on the required date, should not provide a quotation, as the quotation will not be considered. The Contractor shall provide a venue, food and beverage services and audiovisual services for the United States (U.S.) China Joint Commission on Commerce and Trade (JCCT) Meeting in accordance with the Statement of Work (SOW) attached herein. The purchase order contract line items (CLINs) are: 0001: Event Spaces and Associated Services in accordance with the SOW. 0002: Audiovisual Equipment and Services in accordance with the SOW 0003: Food and Beverage The Government intends to award one Firm Fixed Price purchase order to the contractor that represents the best value to the Government. Quotation Preparation Instructions and Evaluation Criteria Quotation Submission: Questions and submissions will be accepted only in electronic form to Monica H. Brown, Contract Specialist at email Monica.Brown@trade.gov. The subject line of the email must contain the solicitation number and title. Quotation Preparation Instructions: The Contractor shall address each of the following criteria in its quotation: (1) Technical Capability: The Contractor shall demonstrate its quotation complies with each of the requirements included in the SOW. In addition, the Contractor must provide: a. Itemized listing of available space (including capacity) that demonstrates the Contractor's meeting space as described in the SOW. b. Diplomatic value. Demonstrate that it is a venue that reciprocates the bilateral cultural protocol that supports a venue that has a demonstrated and well-regarded cultural, historic, or academic significance as described in the SOW. The vendor shall submit evidence (photos, catalog, samples, etc.) demonstrating how the space facilitates the achievement of mission objectives, including but not limited to the quality of the interior design and décor, the lay-out and accessibility of the venue. c. Demonstrate ability to meet the A/V requirements in the SOW. If the contractor intends to subcontract this effort, the proposed subcontractor's, capabilities must be provided. d. Catering policies. The contractor must demonstrate ability to meet the food and beverage requirements in accordance with the SOW. Sample menus must be included in the quotation. e. Description of security capabilities. The contractor must demonstrate the ability to provide security for Senior U.S. officials, including the Secretary of Commerce, the U.S. Trade Representative, and the Secretary of Agriculture as well as senior Chinese officials, including the Chinese Vice Premier. A detailed security plan must be included in the quotation. If the Contractor intends to subcontract this effort, the proposed subcontractor's capabilities shall be provided. (2) Experience: The Contractor shall describe its capability working with international organizations within the last three (3) years as it relates to hosting, catering and venue services for high-level meetings for international organizations and performing efforts of similar scope and complexity, including experience working with security, media and audio-visual components of similar scope of the SOW. (3) Past Performance: The Contractor shall provide information regarding relevant contracts including a description of the contract, dollar value, and a point of contact. Contractors who do not have the requested past performance record will not be rated favorably or unfavorably, but instead will receive a neutral rating. (4) Price: The Contractor shall submit a firm-fixed price for each CLIN. : Evaluation: The Government will evaluate the Contractor's ability to meet the requirements outlined in the SOW through evaluation of Contractor's quotation. Quotations will be evaluated based on the following criteria listed: (1) Technical Capability: The Government will evaluate the extent to which the quotation demonstrates the Contractor meets or exceeds the requirements articulated in the SOW. (2) Experience: The Government will evaluate the contractor's demonstrated capability of working with international organizations within the last three (3) years as it relates to hosting, catering and venue services for high-level meetings for international organizations and performing efforts of similar scope and complexity, including experience working with security, media and audio-visual components. Three (3) references must be provided with events similar in scope within the past three (3) years. Each reference shall include a point of contact, email address and phone number. (3) Past performance: The contractor will be evaluated on the demonstrated quality of performance on previous relevant contracts, to include the ability to control the quality and cost of work, timeliness of performance, communications between parties, proactive management, customer satisfaction and effectiveness at accomplishing the goals of previous contracts. Relevant contracts are those contracts of the Contractor that are of similar scope, magnitude, nature, and work and performed within the last three (3) years. A minimum of three (3) references from the three (3) most recent, relevant contracts shall be submitted by the Contractor. All references shall be recent and relevant to tasks required in this SOW, as the Government reserves the right to fully investigate all relevant past performance information. Contractors who do not have the requested past performance record will not be rated favorably or unfavorably, but instead will receive a neutral rating. (4) Price: The Government will evaluate the Contractor's proposed prices for the venue, services, and other functions outlined in SOW Section 4.0, Tasks. The Government will evaluate the Contractor's pricing to determine fairness and reasonableness. Questions: Questions shall be submitted by Monday, Oct 27, 2014 no later than (NLT) 4:00 p.m./EST. Quotation Submission Deadline: Quotations must be received by Friday, November 7, 2014 NLT 10:00 a.m./EST. Any responses received after the closing times and dates listed above will not be considered. NOTE: Communication with any JCCT officials other than the contracting officer, may compromise the integrity and competitiveness of this acquisition, which could result in the cancellation of the solicitation and/or exclusion of your quotation. Solicitation Provisions / Clauses: This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular FAC 05-72, effective January 30, 2014. The following FAR provisions/clauses apply to this acquisition: FAR 52.209-5, Updates of Publicly Available Information Regarding Responsibility Matters FAR 52.209-7, Information Regarding Responsibility Matters FAR 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items The following FAR clauses identified under paragraph (b) of 52.212-5 are applicable to this acquisition: (4), (6), (9), (10), (14), (15), (28), (29), (30), (31), (32), (38), (40), (47), (50) The following FAR clauses identified under paragraph (c) of 52.212-5 are applicable to this acquisition: (1), (2) FAR 52.204-7, Central Contractor Registration FAR 52.232-18, Availability of Funds (APR 1984) OFFEROR MUST COMPLETE AND SUBMIT WITH ITS PROPOSAL, FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS WHICH ARE AVAILABLE ELECTRONICALLY AT: http://farsite.hill.af.mil and http://www.acquisition.gov/far/ Contractors not registered in the System for Award Management at the time the requirement is anticipated to be awarded will not be considered. Contractors may register with SAM by accessing www.sam.gov or by calling 1-866-606-8220.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1350-15-Q-00203/listing.html)
- Record
- SN03555972-W 20141024/141022234330-1aad8d0838d8e3cccfe229c9cfd7599a (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 |