SOURCES SOUGHT
X -- Facility for BARDA Industry Day 2012
- Notice Date
- 7/25/2012
- Notice Type
- Sources Sought
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- Department of Health and Human Services, Office of the Secretary, Acquisitions Management, Contracts, & Grants (AMCG), Office of the Assistant Secretary for Preparedness & Response (ASPR), Department of Health and Human Services, 330 Independence Ave. SW, G640, Washington, District of Columbia, 20201, United States
- ZIP Code
- 20201
- Solicitation Number
- BARDA-BID-2012
- Archive Date
- 8/16/2012
- Point of Contact
- Brendan Miller, Phone: 2022600962
- E-Mail Address
-
brendan.miller@hhs.gov
(brendan.miller@hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified small business sources, whether they are: small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. The U.S. Dept of Health and Human Service, Office of the Secretary, Office of the Assistant Secretary for Preparedness and Response is seeking sources which are capable of providing the services described below: The government requires a facility to host BARDA Industry Day 2012 from October 29-31, 2012. The conference is expected to attract approximately 300 people (Federal Employee attendees included), and the government is expected to require seating in theater style and banquet style. Additionally, the contractor must have 5-10 separate meeting rooms at the facility for pre-arranged meetings on Day 3. The facility must be within two (2) city blocks of a Washington Metro-Area Transit Authority Metro Train Station within Washington, DC. There also must be restaurant and other food options in that same perimeter. Finally, the vendor must have the capacity to provide or subcontract for AV to be provided on-site. Interested small businesses are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Interested vendors must submit information regarding the respondents': (a) staff expertise, including their availability, experience, and formal and other training, specifically related to the requirement; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government and private contracts and references, and other related information that provides evidence of the respondent's capability and experience. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above and provide evidence that the vendor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to 10 pages, and must include, in addition to the firms capabilities: (1) Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. (2) Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. (3) Business size for NAICS 533120 (size standard $7 million) and status, if qualified, as a small business. Businesses claming 8(a) or HUBZone qualifications must be certified by SBA. Service-Disabled Veteran-Owned Small Business must be listed in the VetBiz Vendor Information Pages. (4) DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential source. (5) Identification of any potential GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are requested as well. Please submit copies of any documentation such as letters or certificates to indicate the firm's status (see item #3, above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, Request for Proposals, Solicitation, Request for Quotes, or an indication that the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted because of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this notice must be received by the Contract Specialist named below, by 3:00 PM Eastern Standard time on August 1, 2012, for consideration. Responses to this notice must be submitted via electronic mail (e-mail) to the Contract Specialist. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/OOS/OASPHEP/BARDA-BID-2012/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, United States
- Record
- SN02815135-W 20120727/120726000209-60f81e88ccab7005a01a13922ac7a81c (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 |