MODIFICATION
X -- USMS Director's Award Ceremony
- Notice Date
- 4/6/2017
- Notice Type
- Modification/Amendment
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Justice, United States Marshals Service, Infrastructure Support Branch, U. S. Marshals Service, 9th Floor, CS3, FSD, 3601 Pennsy Drive, Landover, Maryland, 20785, United States
- ZIP Code
- 20785
- Solicitation Number
- DJM-17-A41-DirectorsAwardCeremony
- Archive Date
- 4/29/2017
- Point of Contact
- Kathryn Oravitz Weeks, Phone: 202/307-9462
- E-Mail Address
-
kathryn.oravitz-weeks@usdoj.gov
(kathryn.oravitz-weeks@usdoj.gov)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR QUOTE (RFQ) DIRECTOR'S 35TH HONORARY AWARDS CEREMONY 04 April 2017 DESCRIPTION OF REQUIREMENT The United States Marshals Service (USMS) requires a Contractor to provide facility rental space for guest attending the DDireirecctotorr''ss 3355thth HHoonnoorararyry AwardAwardss CeCerreemmoonnyy toto bbee hheeldld inin ArlingtArlingtoonn,, VAVA bbeetwetweeenn AuAugugusstt 88thth,, 99thth,, 1010thth,, 2017. The Contractor shall provide a space for approximately 350-400 guests located in one (01) mile vicinity from 1215 S. Clark Street, Arlington, VA 22202. The period of performance shall be for one (01) day, August 8th, 9th, or 10th, 2017. Venue Rental Space Date Description Cost The day of the ceremony includes three phases: August 8, 2017 August 9, 2017 August 10, 2017 0700 - 1400 hrs. (Set-up, rehearsal, and walk through) 1400 - 1600 hrs. (Ceremony) 1600 - 1700 hrs. (USMS staff and equipment removal) BASIS OF EVALUATION Award will be based on Best Value Tradeoff. INSTRUCTIONS TO OFFERORS Quotes must be submitted electronically to Samantha.Harrell@usdoj.gov and kathryn.oravitz-weeks@usdoj.gov no later than 10:00am EST, April 14, 2017. No information or questions concerning this Request for Quote (RFQ) or requests for clarifications will be provided in response to telephone calls from prospective offerors. Interested offerors must submit any questions concerning this solicitation no later than 10:00am EST, April 11, 2017. Quotes shall be provided on company letterhead, single page with company name, logo, address, Point of Contact, contact info, etc.... Cage Code, DUNS Number, Tax ID number and GSA Schedule Number must be included, if applicable. The Government seeks additional discounts. All prospective offerors must be a Commercial and Government Entity (CAGE) code and be registered with the System for Award Management at https://www.sam.gov/porta 1/public/SAM/. FAR Clause 52.212-1, Instructions to Offerors - Commercial; FAR Clause 52.212-2 Evaluation - Commercial Items; FAR 52.212-3 Offerors Representations and Certifications- Commercial Items; FAR Clause 52.212-4 Contract Terms and Conditions; and FAR Clause 52.212-5, Contract Terms and Conditions, all apply to this acquisition. The full text of a FAR provision or clause may be accessed electronically at http://farsite.hill.af.mil Performance Work Statement United States Marshals Service Director's 36th Honorary Awards Ceremony 1.0 Background and Scope: The United States Marshals Service (USMS) requires a Contractor to provide a facility, staff, and equipment to host the Director's 36th Honorary Awards Ceremony. The Director's Honorary Awards are the highest honors granted by the USMS. The ceremony will be attended by 350-400 guests and must be located less than one (1) mile from 1215 S. Clark Street, Arlington, VA 22202. The USMS is the nation's oldest and most versatile federal law enforcement agency. Federal Marshals have served the country since 1789 and occupy a uniquely central position in the federal justice system. The USMS is the enforcement arm of the federal courts, involved in virtually every federal law enforcement initiative. USMS duties include protecting the federal judiciary, apprehending federal fugitives, managing and selling seized assets acquired by criminals through illegal activities, housing and transporting federal prisoners, and operating the Witness Security Program. 1.1 Scope: The Contractor will provide indoor space, facilities, equipment, and staff as set forth below and as directed by the Contracting Officer Representative (COR). 1.2 Period of Performance: The period of performance shall be for one (1) day, for August 8th, 9th, or 10th, 2017. The day of the ceremony includes three phases: 0700 - 1400 hrs. (Set-up, rehearsal, and walk through) 1400 - 1600 hrs. (Ceremony) 1600 - 1700 hrs. (USMS staff and equipment removal) 1.3 Invoicing: The Contractor shall invoice the USMS at the agreed upon rates for the conference space, audio visual (AV) equipment, any other equipment, and services within thirty (30) calendar days after the completion of the ceremony. All invoices must be submitted to the COR. Payment will be made according to the Prompt Payment Act. The Contractor shall submit an original invoice and three (3) copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. Consistent with FAR 52.212-4(g), invoices shall be submitted in the format below. • Name and address of the Contractor; • Invoice date and number; • Contract number, contract line item number and, if applicable, the order number; • Description, quantity, unit of measure, unit price and extended price of the items delivered; • Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; • Terms of any discount for prompt payment offered; • Name and address of official to whom payment is to be sent; • Name, title, and phone number of person to notify in event of defective invoice; and • Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. • Electronic funds transfer (EFT) banking information. 1.3.1 Cancellation: Should the USMS elect to cancel this contract the USMS will provide a written notification by electronic mail to the Contractor no later than sixty (60) calendar days prior to the scheduled event. By receipt of this cancellation notice, the Contractor agrees to release the USMS from any cancellation penalties or charges. If there is a cancellation within sixty (60) calendar days of the scheduled event date, Paragraph (I) Termination for the Government's Convenience or (m) Termination for Cause of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items will govern. 1.4 Place of Performance: The work to be performed under this contract shall be at the Contractor's event facility. 1.5 Type of contract: The USMS will award a Firm Fixed Price Contract for the awards ceremony. 1.6 Contracting Officer's Representative (COR): The COR will be identified by a separate letter. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the Contractor concerning technical aspects of the contract; issue written interpretations of technical requirements, including Government drawings, designs, specifications; monitor Contractor's performance and notify both the Contracting Officer (CO) and Contractor of any deficiencies; coordinate availability of Government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.7 Identification of Contractor Employees: All contract personnel shall wear a uniform and/or equivalent that identify the Contractor personnel to avoid creating an impression in the minds of the members of the public that they are Government officials. All contract personnel attending meetings and working on the ceremony activities where their status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by the Contractor are suitably marked as Contractor products or that participation is appropriately disclosed. Specifically for written communication, to include any and all memoranda, letters, emails, publications, abstracts, manuscripts, business cards, etc., the signature block will read name, title (position), contracting company, address, office phone numbers, and email address. 1.8 Organizational Conflict of Interest: An offeror shall identify in its proposal, quote, bid, or any resulting contract, any potential or actual Organizational and Consultant Conflicts of Interest (OCCI) as described in the Federal Acquisition Regulation (FAR) Subpart 9.5. This includes actual or potential conflicts of interests of proposed subcontractors (subs). If an offeror identified in its proposal, quote, bid or any resulting contract, a potential or actual OCCI, the offeror shall submit an Organizational and Consultant Conflicts of Interest Plan (OCCIP) to the CO. The OCCIP shall describe how the offeror addresses potential or actual conflicts of interest and identify how they will avoid, neutralize, or mitigate present or future conflicts of interest. Offerors must consider whether their involvement and participation raises any OCCI issues, especially in the following areas when: providing systems engineering and technical direction; preparing specifications or work statements and/or objectives; providing evaluation services; and obtaining access to proprietary information. If a prime or sub breaches any of the OCCI restrictions, or does not disclose or misrepresents any relevant facts concerning its conflict of interest, the Government may take appropriate action, including terminating the contract, in addition to any remedies that may be other permitted by the contract or operation of law. Be aware that offerors that develop, write, advise, provide directions, consult on, serve as a sub on, or provide input into procurement strategy, specifications, requirements, performance work statement, and/or request for quotes (RFQ) for a proposed procurement could potentially be excluded from bidding or submitting a proposal to compete from the award of such procurement. The offeror must include any individual employee who has an immediate family member that has developed, written, advised, provided directions, consulted on, served as a sub on, or provided input into procurement strategy, specifications, requirements, performance work statements, and/or request for proposals (RFP) and invitation for bids (IFB) for a proposed procurement. Immediate family members include grandparent, parent, in-laws, sibling, spouse, child or grandchild, whether the family relationship exists by blood, adoption, or law. The offeror shall require that all parties affiliated with its organization regularly make full disclosure of any actual, potential, or perceived conflict of interest, and should describe the process, and or timing for doing so, to the Government. 2.0 General Requirements: This section describes the general requirements for this effort. The following sub-sections provide details of various considerations on this effort. 2.1 Non-Personal Services: The Government shall neither supervise Contractor employees nor control the method by which the Contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules, for individual contractor employees. It shall be the responsibility of the Contractor to manage its employees and to guard against any actions that are of the nature of personal services, or give the perception of personal services. If the Contractor believes that any actions constitute, or are perceived to constitute personal services, it shall be the Contractor's responsibility to notify the CO and COR immediately. 2.2 Business Relations: The Contractor shall successfully integrate and coordinate all activity needed to execute the requirement. The Contractor shall manage the timeliness, completeness, and quality of problem identification. The Contractor shall provide corrective action plans, proposal submittals, timely identification of issues, and effective management of subcontractors. The Contractor shall seek to ensure customer satisfaction and professional and ethical behavior of all Contractor personnel. 2.3 Contract Administration and Management: The following subsections specify requirements for contract, management, and personnel administration. 2.3.1 Contract Management: The Contractor shall establish clear organizational lines of authority and responsibility to ensure effective management of the resources assigned to the requirement. 2.3.2 Contract Administration: The Contractor shall establish processes and assign appropriate resources to effectively administer the requirement. The Contractor shall respond to Government requests for contractual actions in a timely fashion. The Contractor shall have a single point of contact between the Government and Contractor personnel assigned to support contracts or task orders. The Contractor shall assign work effort and maintaining proper and accurate timekeeping records of personnel assigned to work on the requirement. 2.3.3 Personnel Administration: The Contractor shall provide for employees during designated Government non-work days or other periods where Government offices are closed due to weather or security conditions. The Contractor shall provide necessary infrastructure to support contract tasks. 2.4 Subcontract Management: The Contractor shall be responsible for any subcontract management necessary to integrate work performed on this requirement and shall be responsible and accountable for subcontractor performance on this requirement. The prime Contractor will manage work distribution to ensure there are no Organizational Conflict of Interest (OCI) considerations. Contractors may add subcontractors to their team after notification to the CO or COR. 2.5 Contractor Key Personnel, Disciplines, and Specialties The Contractor shall provide the necessary resources and infrastructure to manage, perform, and administer the contract. The staff shall be knowledgeable, experienced staff to ensure a successful ceremony and shall be working the duration of the event. The two key personnel are: • Event Coordinator/Manager. • A/V Technician for event. The Key personnel shall, at a minimum, be proficient in providing the following services: • Setting up seating, theater-style for 400 employees. • Setting up the Stage with pipe & draping • Setting up A/V equipment • Setting up the following items on-stage &/or beside the stage: o 1 or 2 viewing screens for projectors o Podiums. o Chairs. o Bottled water (on each podium & beside/under each on-stage chair). • Rectangular tables with linens beside stage. The Key Personnel shall not be switched out without prior approval from the COR. 2.6 Location and Hours of Work: All work will be accomplished at the Contractor's event facility. 2.6.1 Physical Security: The Contractor shall be responsible for safeguarding all USMS equipment, information, and property provided for use. At the close of the ceremony, the USMS equipment and materials shall be secured and accounted for. 3.0 Specific Contractor Tasks and Requirements: The Contractor will furnish all facilities, equipment, staff, and services listed above in section 2.5, and below under this section. 3.0.1 Contractor Furnished Facilities: Indoor space large enough to accommodate the following: • One (1) ceremony/event room to accommodate theater-style seating for approximately 350-400 guests. • Contractor and Government event staff required in this PWS. • All furnishings, equipment, items and materials outlined below under sections 3 and 4. • One (1) stage, to accommodate furnishings, items and materials outlined below under sections 3 and 4. • AV staff and equipment listed below under sections 3 and 4. • One (1) check-in area near ceremony/event room entrance to accommodate 4 chairs and 2 tables. • One (1) small holding room adjacent to the ceremony/event room and directly accessible to the side or back of the stage to accommodate approximately 4-6 people. • One (1) large holding room to accommodate approximately twelve (12) people 3.1 Contractor Furnished Equipment and Items 3.1.1 Audio Visual (A/V) Equipment • Two (2) 9' x 12' (or larger) screens, mounted or place on either side of stage • Two (2) overhead projectors (1,800 to 2,500 lumens) • In-house sound system • Switcher (if sound system is not available) • Mixer (if sound system is not available) • Two (2) podium microphones connected to sound system • Laptop/computer hook-up to overhead projector and sound system • 10 MB dedicated upstream and downstream capability for live-stream broadcast 3.1.2 Lighting Equipment • Podium lighting • Stage lighting • Ceremony/Event Room lighting (preferably with dimmers) 3.1.3 Other Equipment and Items o Table linens for all rectangular tables (if deemed necessary by the COR) o Two (2) rectangular tables for check-in o Four (4) chairs for check-in o Thirty (30) water bottles: [6 on-stage (1 per chair & podium) plus 24 in the holding room] o One (1) 6-foot step ladder for USMS photographer to use o Pipe and draping trim (or other trim approved by the COR) o Four (4) padded arm chairs o Two (2) small side tables (between chairs) o Two (2) podiums. o Two (2) ramps or sets of steps adjacent to & connected to each side of the stage. o Three (3) USMS-furnished flags (posted on-stage) o Two (2) USMS-furnished seals to hang on podiums. o Two (2) large-screens (pull-down, wall-mounted, or hung or set-up on either side of the stage. o Two (2) rectangular tables (on or adjacent to stage). 3.2 Contractor Furnished Staff and Services: The Contractor shall provide the Key Personnel described in section 2.5 and additional staff as needed to perform the following services. 3.2.1 Contractor Audio Visual (AV) Technician and Staff: Contractor to provide an AV Technician as described above in section 2.5 to perform and/or oversee the Staff and Services listed below. Contractor to provide additional AV staff, as deemed necessary by the Contractor, to perform the services listed below prior to, during, and after the ceremony. 3.2.2 Contractor Audio Visual (AV) Services: SET-UP ➢ Set-up and test Contractor Furnished AV equipment (including sound and lighting) and complete no less than one hour prior to ceremony start-time. ➢ Provide fully working Contractor Furnished AV equipment, no less than one hour prior to ceremony start-time. ➢ Run Contractor Furnished AV equipment for the duration of the ceremony. ➢ Break-down Contractor Furnished AV equipment after all stage participants have left and the master of ceremony (MC) has closed the ceremony. 3.2.3 Contractor Event Coordinator/Manager and Staff: Provide an Event Coordinator/Manager as described in section 2.5 to perform and/or oversee the Staff and Services listed below, before, during, and after the ceremony as needed. Provide additional Contractor furnished staff, as deemed necessary by the Contractor, to perform the Services listed below prior to, during, and after the ceremony. 3.2.4 Contractor Staff Services: SET-UP ➢ Seating set-up theater-style for 350-400 guests in a layout approved by the COR; to be completed no less than one hour prior to the ceremony start-time. ➢ Stage large enough to accommodate all furnishings listed below; to be completed no less than one hour prior to the ceremony start-time. ➢ Set-up on-stage: ➢ Trim stage with pipe & draping (or other trim approved by the COR) ➢ Four (4) padded arm chairs (for presenters). ➢ Two (2) small side tables (between chairs, each with 2+ water bottles). ➢ Two (2) podiums (each with lighting, microphones connected to in-house sound system & USMS-furnished seals). ➢ Three (3) flags (USMS-furnished and set-up by USMS staff). ➢ Set-up on or adjacent to stage: ➢ Two (2) rectangular tables (with linens if requested by COR). ➢ Two (2) large-screens (pull-down, wall-mounted, or on stands, set-up on each side of the stage, high enough to be visible from all audience seats. ➢ Two (2) ramps (or stairs) adjacent to & connected to each side of stage. BREAK-DOWN ➢ Break down all Contractor furnished equipment and furnishings after all stage participants have left and the MC has closed the ceremony. 4.0 Specific Government Tasks and Requirements: The Government shall furnish the equipment, staff, and services listed below and will require permission to hang and/or display items where noted. The Government will also require the option to furnish decorative plants from an outside vendor to place on-stage. 4.1 Government Furnished Equipment and Items: • USMS seals for podiums • Posters and small exhibits to display in ceremony room and/or check-in area • Signage to display in ceremony room and/or check-in area • U.S., Department of Justice, and USMS flags to display on-stage • USMS laptops and equipment for live-stream broadcast • DVDs to be played on USMS laptops and to connect to Contractor's in-house SOUND-SYSTEM • Awards to be presented to honorees • Award items being presented to the honorees • IT equipment to include, but not limited to: • Two (2) or three (3) laptops • photography equipment • live-streaming equipment Printed materials for display and handing out, to include, but not limited to: ➢ Ceremony programs ➢ Seat reservation cards ➢ Signage ➢ Display items (posters on easels) 4.2 Government Furnished Staff and Services: The Government will provide the staff and services listed below. ▪ Event Coordinator/Manager to serve as a liaison with the Contractor Furnished Event Coordinator/Manger regarding all matters related to requirements set forth in this PWS, prior to, during, and following the ceremony. ▪ Information Technology (IT) staff to provide the following services prior to, during, and after the ceremony: ▪ Liaison with the Contractor furnished A/V staff on sound, lighting, projectors, electronic equipment and power required for the ceremony ▪ Set-up and run Government furnished laptops and DVDs ▪ Break-down and remove all USMS IT equipment ▪ Photographer(s) to take photos during the ceremony. ▪ General support staff to provide the following services: ▪ Set-up all Government furnished display items, (flags, signage, etc.) ▪ Check-in ▪ Ushers ▪ Award presentations ▪ General assistance as needed ▪ Break-down and removal of all USMS equipment and items 5.0 Special Requirements: This section describes the special requirements for this effort. The following sub-sections provide details of various considerations on this effort. The Contractor will warrant in the contract that all Contractor furnished facilities and services set forth in this PWS will be of substantially the same quality and condition or of better quality and condition on the date of the ceremony, as they existed at the time the contract is finalized. If contractor facility is not in substantially the same condition, the USMS shall deduct ten (10%) of the total price of the contract. 5.1 Security and Safety: USMS personnel are law enforcement officers so the Contractor and any sub-contractor(s) must be aware that USMS personnel may enter the contractor's facility with concealed weapons. 5.1.2 Security: The Contractor will allow the Government access and entry to the event facilities described in this PWS to perform a security sweep, prior to the ceremony, on a date and at a time to be specified by the Government. 5.2 Post Award Periodic Progress Meetings: The Contractor agrees to attend any post award meetings convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation (FAR) Subpart 42.5. The CO, COR, and other Government personnel, as appropriate, may meet periodically with the Contractor to review the Contractor's performance. At these meetings the CO and/or COR will apprise the Contractor of how the Government views the Contractor's performance and the Contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the Government. 5.3 Fees/Commission/Taxes: The USMS shall not pay fees, commissions, taxes, penalties, or liquidated damages, if any, and shall exclude service charges, surcharges, commission, and rebates as well as state and local sales tax, unless required by law. 5.4 Equipment: The Contractor will provide all necessary equipment for the Contractor's use in performance of tasks outlined above and below. 6.0 Deliverables: Contracting Officer Representative
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/USMS/HQ002/DJM-17-A41-DirectorsAwardCeremony/listing.html)
- Place of Performance
- Address: Arlington, Virginia, 22202, United States
- Zip Code: 22202
- Zip Code: 22202
- Record
- SN04463558-W 20170408/170406235810-0da9ffb57d2b07df5f57dd6d8bb72674 (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 |