SOLICITATION NOTICE
X -- DSCA International Trade Shows Exhibits - Schedule - PWS
- Notice Date
- 12/21/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561920
— Convention and Trade Show Organizers
- Contracting Office
- Other Defense Agencies, Defense Security Cooperation Agency, Directorate of Business Operations (DBO), 201 12th Street South, Arlington, Virginia, 22202, United States
- ZIP Code
- 22202
- Solicitation Number
- HQ0013-17-Q-0019
- Archive Date
- 1/18/2017
- Point of Contact
- Woodrow W. Bell, Phone: 7036021464
- E-Mail Address
-
woodrow.w.bell.civ@mail.mil
(woodrow.w.bell.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- ATTACHMENT 01: PWS Attachment 02: Schedule Solicitation Number: HQ0013-17-Q-0019 Notice Type: Combined Synopsis/Solicitation (i) 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. (ii)This solicitation document, HQ0013-17-Q-0019, is issued as a Request for Quote (RFQ). (iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. It is the responsibility of the offeror to review the web page for notice of amendments, updates or changes to the solicitation. (iv) This solicitation is issued under FAR Part 13-Simplified Acquisition Procedures. The Defense Security Cooperation Agency (DSCA) seeks to establish a contract between the DSCA and a contractor capable of providing an originally created, unique custom designed and constructed rental provided exhibit and accessories, with audio-visual (AV) equipment, dedicated, password protected Wi-Fi network to include router, custom graphics production, international and domestic shipping and delivery, electrical fees and installation, lighting, consumables, equipment, furniture, set-up and tear-down, cleaning during and after event thereof to promote the U.S. Department of Defense's (DoD) Security Cooperation (SC) mission at international tradeshow events. The period of performance is 12 January 2017 through 30 November 2017. The North American Classification System (NAICS) code is 561920, size standard is $11 million. Award of this requirement will be in accordance with Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures. (v) This requirement is to provide exhibit builds for eight (8) International Shows. The requirements are detailed in Attachment 01, the Performance Work Statement (PWS). (vi) The dates of the MSPO Show and Dubai Air Show are not known, at this time. The scheduled months for each show is listed Attachment 02, the schedule. (vii) The requirement shall have Firm Fixed Price (FFP) Contract Line Item Numbers (CLINs) with a CLIN for Other Direct Costs (ODCs). (viii) Requirements as follows: The Schedule can be found at Attachment 02. (ix) All prices MUST include all applicable fees, gratuities, and service charges. THE FEDERAL GOVERNMENT IS TAX EXEMPT. (x) Provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xi) Provision at FAR 52.252-2, Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xii) Provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (xiii) Instructions to Offerors a. Offerors shall read the documents of the solicitation completely. b. Offerors shall submit their quote in 3 Parts 1. Part I: Technical 2. Part II: Past Performance 3. Part III: Price c. Part I shall include: 1. Offerors shall submit a management approach. In the management approach the offeror shall- a. Detail the process by which the program manager shall oversee the design, construction, and support phases of each trade show. b. Detail the process by which the project manager shall assist the US Government with appropriate on-site support as outlined in this performance work statement. c. Detail the process by which the offeror shall independently acquire, for each event, the Exhibitors Manual, Handbook, Rules and Regulations, or other applicable document. d. Detail the process by which the offeror shall become familiar with and know any pertinent rules or regulations that apply to either all exhibitors in general as well as those that may be specific to the DoD SC Exhibit. e. Detail the process by which the offeror shall independently acquire all credentials, passes, badges, to gain access to the event sites for whatever duration is required to complete the requirements of this contract, to include pre- and post-event requirements. f. Detail the process for determining the electrical requirements to support the individual, unique elements of each meeting room. 2. Offerors shall submit a performance approach. In the performance approach the offeror shall- a. Detail the process and tasks the offeror shall employ during the design and construction phases, of each build, to include any subcontractor participation. The offeror shall be sure to detail how the Lead Design Engineer and Lead Construction Engineer fit into their phase. b. Detail how the tasks of the support phase of each trade show will be addressed and accomplished. 3. Offerors shall submit their renderings for the Aero India, IDEX and Avalon exhibit builds. In addition, offerors shall submit renderings for an inline configuration and a dual-level island configuration. a. Each design configuration shall address the exhibit specifications found at 5.c of the PWS. b. Offerors shall include a summary of the construction and audio visual materials included in the design. 4. Personnel: Offerors shall submit the resumes of the program manager, project manager, lead design engineer, and lead construction engineer personnel that will be assigned to work on each exhibit build. A proposed person may serve more than one role. 5. Part 1Technical shall have a maximum page limit of twenty-five (25) pages. The renderings, summary of materials and resumes do not count against the twenty-five (25) page limit. d. Part II shall include: 1. Offerors shall submit a list of the last three projects of a similar nature, with contact information (email and telephone) for the customer's project manager. Specialized experience with: the Department of Defense; international trade shows; exhibit design and support; and project management structure should be highlighted. The submitted projects, should be present projects or projects completed no more than 3 years ago. -Name of point of contact -Phone number of point of contact -Email address of point of contact e. Part III shall include: The offeror completed Attachment 02 Schedule. Offerors shall enter the unit prices and total prices in the spaces provided at each CLIN. f. Quotes shall be submitted by 12:30 pm EST, on 3 January 2017 to the points of contact listed below. Offerors shall provide a quote using the pricing schedule provided in the statement of work attached to this combined synopsis/solicitation. g. Quotes may be mailed to Woodrow Bell via email to: woodrow.w.bell.civ@mail.mil. Facsimile submissions will not be accepted. If emailed, offerors shall submit two copies. One copy shall have the offeror's name and the name of any subcontractors redacted or removed from the quote. h. Mailed Submissions: All mailed submissions shall be sent to: Defense Security Cooperation Agency Woodrow Bell 201 12th Street South Suite 203 Arlington, VA 22202 If mailed, offerors shall submit 4 copies of the quotes. Three copies shall have the offeror's name and the name of any subcontractors redacted or removed from the quote. (ix) Evaluation: Selection of the contract awardee will be accomplished using informal source selection procedures. This acquisition will utilize a Lowest Price Technically Acceptable (LPTA) approach. LPTA is appropriate when best value is expected to result from selection of the technically acceptable proposal with the lowest total evaluated price. a. Evaluation Factors and Ratings Summary. i. The SST will evaluate the following three factors in assessing each proposal: 1. Technical Requirements; 2. Past Performance; and 3. Price. ii. Proposals will be assigned a rating of "Acceptable" or "Unacceptable". Rating will be assigned at the sub-factor level and at the evaluation factor level for each non-cost evaluation factor. After the final evaluation of proposals against the published evaluation factors and sub-factors is completed and documented using the evaluation worksheets, the SSA will perform an analysis of proposals. b. Factor 1-Technical Requirements i. Sub-factor A: Management Approach 1. The plan has a sufficient and capable process by which the program manager shall oversee the design, construction, and support phases of each trade show. The management approach that demonstrates a management structure with sufficient oversight to provide design, construction, and on-site support as identified in the PWS. ii. Sub-factor B: Performance Plan 1. Offeror shall have a sufficient plan for accomplishing the tasks of the design, construction, on-site support and dismantle phases as required in Section 5.b of the PWS. iii. Sub-factor C: Structure and Layout 1. The renderings will be evaluated on whether or not all the requirements of Section 5.c of the PWS are met. 2. Does the exhibit have 2 meeting rooms; an outreach area; and a storage closet? 3. Flow. The outreach area should provide adequate space for outreach personnel to engage passers-by from a centrally-located area. The basic design should minimize the ability of number of passers-by to enter the exhibit. 4. Overhead signage. Each exhibit shall have overhead signage that includes "U.S. Department of Defense Security Cooperation" and the Department of Defense seal. This signage shall be attached to the overall structure or hanging from the ceiling. 5. Does the meeting rooms have a conference table with at least six chairs in each? iv. Sub-factor D: Personnel 1. Whether or not the offeror provides a program manager, project manager, lead design engineer, and a lead construction engineer with a minimum of eight years collective experience. A person may fulfill one or more personnel position. 2. Whether each personnel position is filled by a person with the minimum requirements required Section 4.b. c. Factor 2 -Past Performance. i. Past performance shall be evaluated initially to determine whether the offeror's past/present performance is recent and relevant to the requirements of this acquisition. The standard for recent is the submitted examples have to have been performed within the last three (3) years. The standard for relevant is that the requirements performed have to be similar or the same as the requirements of this acquisition. ii. Second, the past performance will be evaluated for how well the offerors performed on the prior contracts. d. Factor 3 -- Price i. Price analysis will be used to determine the reasonableness of total evaluated price to support the selection of the lowest priced, technically acceptable offeror. Although in exceptional cases when the determination of fair and reasonable price requires additional information, the PCO may conduct analysis to support the determination of whether the proposed price is fair and reasonable. ii. The KO will evaluate proposed pricing in accordance with FAR 15-404-1(b)(2)(i)(ii), (iv) and (v). (x)Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offers are to include a completed copy.) The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xi)Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition Addendum to FAR 52.212-4. (xii)1. Invoicing WIDE AREA WORK FLOW (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line times (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. WAWF Instructions an interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. THE FOLLOWING CODES AND INFORMATION WILL BE REQUIRED TO ASSURE SUCCESSFUL FLOW OF WAWF DOCUMENTS. CONTRACT NUMBER: To be determined at time of award DUNS CODE: To be determined at time of award ISSUE BY DODAAC: HQ0013 ADMIN BY DODAAC: HQ0013 INSPECT BY DODAAC: HQ0013 ACCEPT BY DODAAC: HQ0013 LOCAL PROCESSING OFFICE DODAAC: HQ0013 PAYMENT OFFICE DODAAC: HQ0792 PAYMENT OFFICE FISCAL STATION CODE: DFAS INDIANAPOLIS (xxii) Clause at FAR 52.212-5(Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil). 52.203-6 ALT1, Restrictions on Subcontracting Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations;52.219.4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-28, Post Award small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 523222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in persons; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/; 52.233-3, Protest after Award; 52.246-4, Inspection of Services-Fixed Price; 52.252-2, Clauses Incorporated by Full Text (website provided by http://farsite.hill.af.mil). (xxiii) The following DFAR clauses apply to this acquisition: DFARS 252.203-7002, Requirement to inform Employees of Whistleblower Rights; DFARS 252.203-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A System for Award Management; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items ;252.225-7002, Qualifying Country Sources as Subcontractors; 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Request for Equitable Adjustment. Applicable additional clauses under DFARS 252.212-7001 are as follows: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; Gratuities; DFARS 252.232-7003, Electronic Submissions of Payment Requests; 252.247-7023,Transportation of Supplies by Sea. (xxiv) Other clauses that apply. 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-13 Contractor Code of Business Ethics and Conduct APR 2010 52.204-3 Taxpayer Identification OCT 1998 52.204-7 System for Award Management JUL 2013 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations MAY 2012 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2013 52.217-5 Evaluation Of Options JUL 1990 52.232-23 Assignment Of Claims JAN 1986 52.242-13 Bankruptcy JUL 1995 (xxv)The points of contact (POC) for this acquisition are Woodrow Bell and La Vivian Peasant. Woodrow can be reached via email at woodrow.w.bell.civ@mail.mil or telephone at (703) 602-1464. La Vivian can be reached via email at lavivian.r.peasant.civ@mail.mil or telephone at (703) 601-0488. (xxvi)A detailed requirement description is attached.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/53ef31869b73dbde02423de34825b6af)
- Place of Performance
- Address: Contractor Site, United States
- Record
- SN04357296-W 20161223/161221234447-53ef31869b73dbde02423de34825b6af (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 |