SPECIAL NOTICE
X -- BARDA Industry Day 2025 (BID2025)
- Notice Date
- 5/10/2024 1:27:52 PM
- Notice Type
- Special Notice
- NAICS
- 721
—
- Contracting Office
- BARDA - ASPR / DAAPPO / BARDA DCMA WASHINGTON DC 20515 USA
- ZIP Code
- 20515
- Solicitation Number
- 75A50124RFI003
- Response Due
- 5/24/2024 7:00:00 AM
- Archive Date
- 06/08/2024
- Point of Contact
- Heidi Treadway, Contract Specialist, Phone: (202) 741-8479, Devin FitzMaurice, Contracting Officer, Phone: (240) 856-2795
- E-Mail Address
-
heidi.treadway@hhs.gov, Devin.FitzMaurice@hhs.gov
(heidi.treadway@hhs.gov, Devin.FitzMaurice@hhs.gov)
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Nonetheless, vendors should properly mark their responses if the information is confidential or proprietary. Furthermore, those who respond to this RFI should not anticipate feedback with regard to its submission other than acknowledgment of receipt, should the vendor request an acknowledgement. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. All submissions become the property of the Federal Government and will not be returned. Vendors are solely responsible for all expenses associated with responding to this RFI. PURPOSE OF RFI BARDA is seeking vendors to provide a venue and audiovisual services to support the production of the Biomedical Advanced Research and Development Authority�s (BARDA) and the Strategic National Stockpile (SNS) Industry Days conferences, a 3-day event slated to take place between March 1 � June 30, 2025.� �BID is typically attended by ~ 3,000 representatives (~2,000 in person and ~1,000 virtually). BARDA and SNS are proposing to conduct these conferences in either Washington D.C. or Atlanta, Georgia. The purpose of the RFI is to gather information from potential vendors about venue availability, services, capabilities, and technical expertise to help inform BARDA�s planning efforts. The information gathered from the RFI will be used to refine event requirements, which will be reflected in the Request for Proposal. BARDA requests that interested vendors submit sufficient documentation, in accordance with current industry best practices and standards, by answering the questions below in �RFI Response Instructions� and demonstrating the ability to meet the minimum requirements listed in the attached Draft Statement of Objectives BID2025 under section �III. Requirements.� RFI RESPONSE INSTRUCTIONS Administrative Response BARDA/SNS requests that interested vendors provide administrative information in Section 1 of their capability statement. This section should be no longer than one (1) page and include, the following information: � � � i.�� �The vendor�s official name, address, and phone number, � �ii.�� �Point of Contact information, including name, phone number, and email address,� � �iii.�� �The vendor�s country of origin, and � �iv.�� �If applicable, one URL for the vendor�s official website. � Technical Response Questions For Section 2 of the capability statement, please respond to the following questions, providing enough information to sufficiently answer question applicable to your organization. You do not need to respond to every question, and responses may be brief. �This section was designed to enable the Government to understand how your company can meet the BARDA/SNS Event Team�s needs. The Technical Response section is limited to ten (10) pages. i.�� �Provide a brief description of services and business size. � � � �a.�� �What capabilities can you provide that meet the needs specified in section III. Requirements of the �Draft Statement of Objectives BID2025�? ii.�� �What is your cost estimate for this event broken out by day if possible? � � � �a.�� �Cost estimate for the Venue portion � � � �b.�� �Cost estimate for the AV portion � � � �c.�� �Can you provide a per head cost for basic coffee service from 8-12 daily (only include, regular, decaf, creamer, sweetener, and ice water). iii.�� �Does your company have the certifications, skillsets, and talent for this service? � � � �a.�� �Please identify the required licenses and permits to hold events of this size and scope at your location. iv.�� �Do the requirements contain sufficient information for you to adequately respond to a future Request for Proposal (RFP)? � � � �a.�� �Are there any aspects of the requirements that would limit or restrict your ability to bid? (If so, please list) v.�� �Does your company have the capability to perform all required services in-house? � � � �a.�� �Please identify which service(s), or portion of service(s), your company can perform. (Example: Audio/Video support) � � � �b.�� �If your company cannot perform all services entirely, please identify which service(s), or portion of service(s), would require a third-party vendor for completion (i.e., using an AV vendor, renting additional equipment, contracting additional staff) vi.�� �Do you require a hotel room block and if so, how many rooms? vii.�� �If known, please select the NAICS code you believe is most appropriate for this requirement. The NAICS codes currently under consideration include: � � � �a.�� �72 Accommodation and Food Service � � � �b.�� �51 Information � viii.�� �Are there other considerations not included in the requirements that the Government should be aware of when evaluating and selecting potential vendors for this event? ix.�� �What technical information does the Government need to provide to support accurate proposals (e.g., cost, performance, schedule) for any future solicitations? x.�� �Can you share an example of how this contract could be structured to meet the requirements most effectively? xi.�� �Has your company provided this type of service before? If yes, please provide a recent example of the event held including: � � � �a.�� �Place of performance,� � � � �b.�� �Agency/Customer, and� � � � �c.�� �POC, or� � � � �d.�� �No, our company has not provided these services. xii.�� �After reviewing the package, do you have any suggestions or questions about the requirements for this event? � Notes The Government will not post questions or responses. If any changes do occur, they will be incorporated in the RFP. As a reminder, the Federal Government is exempt from hotel taxes. The information obtained in responses to the RFI may be utilized in the preparation of a Request for Proposal (RFP). SUBMISSION INSTRUCTIONS??????? Responses must be submitted via e-mail to the Contract Specialist, Heidi Treadway, at heidi.treadway@hhs.gov as well as the Contracting Officer, Devin FitzMaurice, at devin.fitzmaurice@hhs.gov �no later than Friday, May 24, 2024 at 10:00 am EST. The subject line of the email should contain the project name (BID2025). Respondents shall mark all copyrighted information, data, and materials with appropriate restrictive legends (i.e., confidential, privileged, proprietary, trade-secret). Responses to this RFI shall be written using Times New Roman 12-point font. Submissions shall be made using Microsoft Office or Adobe Acrobat applications. DISCLAIMER: Pursuant under Federal Acquisition Regulation (FAR) Part 10, the intent for this RFI is to conduct market research. This is NOT a solicitation for proposals, proposal abstracts, or quotation. This announcement does not constitute an Invitation for Bids (IFB), Request for Quote (RFQ), or a Request for Proposal (RFP), and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. Responses to this notice cannot be accepted as offers. The sole purpose of the RFI is to assist the Agency in crafting the appropriate solicitation and shall be used for information purposes only. Any proprietary information will be protected, if appropriately marked. The information provided is entirely voluntary and will not impact the ability to submit on future requirements.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a897c75306564d65a7dadc3c940a25ab/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN07059784-F 20240512/240510230041 (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 |