Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2004 FBO #1014
SOLICITATION NOTICE

U -- Services to Assist in preparing the exhibits for the American Public Health Association Conference from Novemember 6 - 10, 2004

Notice Date
9/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
541850 — Display Advertising
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
OD-APHA0001
 
Response Due
9/14/2004
 
Archive Date
9/29/2004
 
Point of Contact
Joe Little, Contract Specialist, Phone 770-488-2611, Fax 770-488-2670, - Jennifer Nelson, Contract Specialist, Phone (770)488-2621, Fax (770)488-2847,
 
E-Mail Address
jglittle@cdc.gov, JNelson@CDC.GOV
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Centers for Disease Control and Prevention (CDC) intends to award a FIRM FIXED-PRICE Services Contract for the following: General Description: SERVICES: Design: Contractor shall work in a Macintosh environment. Contractor shall work with the design concept produced in-house at CDC to manufacture and deliver the actual exhibit. The design includes 13 main exhibit area sections: One double-paneled section for each life stage and preparedness goal, a generic paneled section (six life stages, one preparedness section and a generic section equaling a total of eight sections), Two sections for information booths, Two sections for networking and discussion, One section for viewing of CDC presentations on flat screen monitors. Multimedia: Contractor shall work with a multimedia presentation and assist with the technical aspects of presenting the presentation at the conference. Within the main exhibit area, each section will have: Two double-sided retractable banners that flank the separate goals (total of 14 banners), One 4-slot magazine/information stand, Sofas, table, and chairs for CDC exhibit staff to interact with exhibit attendees. TASKS TO BE PERFORMED: CDC will present an electronic file version of the exhibit design to the contractor, who will then create the structure, ship the exhibit to the conference, and install and dismantle the exhibit. The exhibitor will be located on-site at the conference to assist with technical issues. GOVERNMENT - FURNISHED MATERIALS: CDC will create the finished electronic exhibit design for the contractor to execute. The design will be delivered to the contractor in electronic and hardcopy versions. Graphic designer staff will be available to consult with the contractor staff throughout production and post-production. All content, text, photo images, and graphic images will be supplied by CDC. CDC will also create and produce the presentations that will be shown on the flat screen monitors. The contractor will facilitate the viewing of the presentations in their design concept and execution. DELIVERABLES: at the direction of the Government, the items below shall be acquired by the Contractor as needed to perform the services listed above and reimbursed; as approved by the Contracting Officer. Quantity Item 6 10' Mirage units with lights single sided with a 4 panel mural that is laminated with 11 mil clear heat lam on the front and 11 mil opaque heat lam on the back side with hanging hardware to attach to the frame. 6 10' Mirage units Double sided. Includes: extra case, lights and panels Double sided with each side having a 4-panel mural that is laminated with 11 mil clear heat lam on the front and 11 mil opaque heat lam on the back side with hanging hardware to attach to the frame. 2 Single sided 10' Mirage units with lights all fabric. Includes: extra case, lights and panels 6 Oval workstations each with 2 extensions and locking door for storage included case. Extensions to be 33? tall and table to be 40? tall. 8 Mesh style 4-pocket folding literature stand 4 6' Graphic Pods each with 2 graphic panels lights, 4-plexi panels and case 10 Double sided 34" wide x 84? tall cartridge-free (retractable) banner stands with DyeSub fabric Inkjet printed graphic panels that have a proprietary extrusion on the bottom of the panel. 4 Single sided 34" wide x 84? tall cartridge-free retractable banner stands with DyeSub fabric Inkjet printed graphic panels that have a proprietary extrusion on the bottom of the panel. 1 Custom Ps3000 panel system for the construction of the storage closet with a locking door that is 8?t x 8?w finished in a wood laminate maple 1 Truss components for rotating sign that graphics can attach to magnetically and the monitors can hang from. 1 Rotating sign, DyeSub fabric panel double sided that zips around the hardware and attaches to the Truss and motor 1 Motor 4 LCD 20" Monitor bracket 4 Graphic cases for banner stands 2 8? Table Throwcover w/company logo 1 CDC Product Discount SERVICES 1 Carpet and padding for 2-20x50 & 2-10x50 spaces 1 Rental of 4-flat screen monitors 3 lap top computers 1 switch box 1 Rental of 6-Love seats, 2-couch chairs, 2-sets of cocktail and end tables 1 Rental of 2-water coolers with 4 refills 1 Rental of Lead machine & electronic files sent via email 1 Rental of 4-waste baskets, 2-8? folding tables & 24 table chairs 1 Electrical order 1 Supervisor to travel with the booth and be available the day of set up and dismantle to assist with the booth. 1 Round trip Shipping PERIOD OF PERFORMANCE: September 17, 2004 through December 1, 2004. Evaluation Criteria: The following evaluation Criteria will be used to evaluate offers: a) Past Performance b) Technical Ability and 3) Price. Descriptive literature shall be in sufficient detail as to demonstrate that the system offered meets or exceeds the specifications. Award will be made to the offeror who submits a proposal that provides the best value to the Government in terms of past performance, technical ability and price. The Government may make its decision on the basis of initial quotations received and not conduct discussions. Therefore, each initial quotation should contain the offeror?s best terms from both a price and technical standpoint. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLITICTATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The following provision(s) apply to this acquisition: 52.212-1 Instructions to Offerors ? Commercial Items (MAR 2000) applies to this acquisition; 52.212-2, Evaluation ? Commercial Items (JAN 1999); the evaluation criteria stated in paragraph (a) of this provision are as follows: (1) past performance, (2) technical capability of the proposed system to meet the requirements stated herein, and (3) price. The clause 52.212-4, Contract Terms & Conditions ? Commercial Items (MAY 1999) applies to this acquisition. The following FAR Clauses are hereby added: The clause at 52.212-5 ? Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies to this acquisition. The following clauses listed in paragraph (b) of 52.212-5 apply to this acquisition: (1), (3), (5), (7), (9), (11), (12), (14), (15), (17), (18), (20) and (24). OFFERORS SHALL INCLUDE A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS, WITH YOUR QUOTE. The best way to complete this certification is to download the FAR Clauses (Volume II) at http://www.arnet.gov/far, print out the clause 52.212-3, Offeror Representation and Certification, and fill in the appropriate blanks. This procurement is a 100% set-aside for small business. Offers will be due 09/14/01 by 12:00 noon EST at Centers for Disease Control and Prevention; Contracts Management Branch; Attn: Jennifer Nelson; 2920 Brandywine Road, Room 2809, Atlanta, GA 30341. Facsimile offers will be accepted at (770)488-2670/2671. All quotes must be clearly marked on the envelope and/or facsimile cover page with the following: RFQ #OD-APHA001, Attn: Jennifer Nelson. All responsible sources that can meet the above requirements may submit a quote, which will be considered by the Agency.*****
 
Place of Performance
Address: Centers for Disease Control & Prevention, Atlanta, GA
Zip Code: 30333
 
Record
SN00665165-W 20040905/040903211747 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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