Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2002 FBO #0371
SOLICITATION NOTICE

V -- Drayage Services for the 2003 PMI Job Fair

Notice Date
12/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Office of Personnel Management, Office of Contracting and Administrative Services, Contracting Division, 1900 E Street, N.W., Room 1342, Washington, DC, 20415-7710
 
ZIP Code
20415-7710
 
Solicitation Number
OPM-SL0300005PMI
 
Archive Date
1/11/2003
 
Point of Contact
Judy Brader, Contract Specialist, Phone (202) 606-1924, Fax (202) 606-1464,
 
E-Mail Address
jcbrader@opm.gov
 
Small Business Set-Aside
Total Small Business
 
Description
1. SUPPLIES OR SERVICES AND PRICES/COST DESCRIPTION OF SERVICES The Contractor shall provide decor and services for the Presidential Management Intern Program Job Fair, dates to be determined*. 1000 Base Period: ITEM SERVICE EST. QTY. UNIT PRICE AMOUNT 1001 Table top exhibits using 6' tables 120 $ $ 1002 Pipe and Drape interview areas using 4' tables 150- 200 $ $ 1003 Signage (22'X28' directional signs) 5 $ $ 1004 Easels 10 $ $ 1005 Additional chairs 25 $ $ 1006 Registration Counters 4 $ $ 1007 Draping 200 linear ft. $ $ 1008 Carpeting to cover main event area, minimum 110,000 sq. ft. 110,000 sq. ft. $ $ 1009 Banner set-up/take-down 1 $ $ 1010 Design and Production of the exhibit floor plan 1 $ $ 1011 Material handling charges - inbound 2,600 lbs. $ $ 1012 Material handling charges - outbound 400 lbs. $ $ 1013 Warehouse charges Provide Price List 1014 Shipment charges Provide Price List TOTAL PRICE $ * OPM's preference for the conference dates are April 14-16, 2003 and April 28-30, 2003. 2. STATEMENT OF WORK This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR subpart 12. Solicitation number is OPM-SL0300005PMI and is issued as a Request for Proposals (RFP). This solicitation incorporates Federal Acquisition Regulation provisions and clauses in effect through Federal Acquisition Circular 2001-09. Incorporated by reference are FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.2l2-2, Evaluation-Commercial Items; FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions-Commercial Items Required to Implement Statutes or Executive Orders-Commercial Items. No additional FAR clauses apply. This procurement is a total small business set aside. The North American Industrial Classification System (NAICS) code is 541420, Industrial Design Services, 561920, Convention and Trade Show Organizations, and 561990, All other support services, with a small business size standard of $5 Million in average annual gross sales over the past three years. This procurement is a total small business set aside. Requirement The U.S. Office of Personnel Management (OPM), Philadelphia Service Center, Presidential Management Intern (PMI) Program Office is seeking a single source decorating service provider for its annual PMI Job Fair to be held for 3 days during the month of April 2003. Background: The PMI Job Fair is an annual event sponsored by OPM's PMI to facilitate the placement of PMIs with Federal agencies. Location: The PMI Job Fair will be held at a site in the metropolitan Washington, DC area (to be determined). Job Fair Duration: The Job Fair will be three days duration, the first day will be a day to set-up. The last day will be the move-out day beginning at 4:00 P.M. Exhibit Requirements: The contractor shall provide the required number of table top exhibit areas consisting of the following: (1) 6'X2'X30' high draped display table (120 total) and (1) 4'X2'X30' draped interview table (150-200 total) each with: (3) padded side chairs (1) waste basket (1) standard 7'X44' booth identification sign with agency name and booth number 8? high show color back draping Charges shall include labor and be based on a straight time move-in and an over time move-out schedule. Contractor shall define overtime hours. Registration Area: The contractor shall provide (4) registration counters with illuminated headers, three 6' tables behind the registration counters and 6 chairs. The contractor should provide three six-foot display tables side by side for material distribution, and a message board. Also quote cost for header graphics, standard back-up furnishings and back-up draping. Pipe and Drape Interview Areas Provide cost to provide approximately (150-200) 8'X8'X8 high pipe and drape interview consisting of the following: (1) 4'X2'X30' high draped display table (3) padded side chairs (1) waste basket (1) standard 7'X44' booth identification sign with company name and location number Additional Furnishings * Padded Side Chairs * 6'X30' Draped Display Tables Signs and Easels Provide a cost to provide the required number of signs and easels required by show management: * 22'X28' signs * Easels Message Boards Provide a cost to provide the required number of 4'X6' push pin and Velcro compatible poster board (2) for message boards in the registration area. Material Handling Charges Provide cost to handle show management freight at show site or at your advance warehouse. Banner Hanging Charges Provide a cost to hang show management banner(s). Quote a price for banners requiring a scissor lift and banners not requiring a scissor lift. Draping Provide a cost to provide 200 linear feet of 14'high banjo draping to divide the exhibit hall in half. Carpeting Provide a cost to lay 7000-sq. ft. of carpeting with job fair isles. Pricing and Discounts: Consideration will be given to decorating service providers that include additional services or discounts as part of the service contract. 3. PROPOSAL PREPARATION INSTRUCTIONS All proposals must be received prior to December 27, 2002, at 3:00 p.m., Eastern Standard Time. Proposals that are received after this date and time will not be considered. Fax proposals are acceptable and may be faxed to (202) 606-1464. They may also be sent to: US Office of Personnel Management Contracting Division ATTN: OPM-SL0300005PMI Room 7520 1900 E Street, NW Washington DC 20415 7710 Technical Proposal Technical proposal will contain the following: * full description of table top exhibit areas. * full description of pipe and drape interview areas. * full description of registration counters. * full description of custom graphics proposed for signage. * provide layout of proposed floor plan. * full description of material handling services. * Provide layout of carpeting of proposed floor plan. * Provide 3 references with name and telephone number for training events of a similar nature held within the past 3 years. Cost Proposal Offeror's must complete Section 1, Supplies or Services and Prices/Costs. 4. EVALUATION AND AWARD (a) The Government will make a single contract award to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the government considering cost or price and technical factors listed below. For this solicitation, technical quality will be given significantly greater weight than cost/price. Proposals will be evaluated in two areas, technical and cost. The technical portion of the proposal will be a very important consideration in the award of the contract and should therefore be as complete as possible. The merit of each proposal will be carefully evaluated in context with the requirements of this solicitation. The evaluation will be based on technical and administrative capabilities of Offerors in relation to the needs of the Government and the reasonableness of cost in relation to the work to be done. Offers for less than this total requirement will not be considered for award. Technical proposals will be evaluated in terms of the quality and relevance or information presented. The following factors, which are in descending order of importance, shall be used to evaluate offers: Ability to provide quality tabletop exhibits Ability to provide quality pipe and drape Ability to provide quality floor plans Ability to provide quality signs Past Performance Offerors who include in their technical proposal a plan to hire welfare recipients for positions under a contract awarded resultant from this solicitation or who have established a company-wide plan for employment of welfare recipients, will be awarded bonus points in the evaluation of their proposal. Cost proposals: The Government will evaluate price on the basis of the total offered estimated price for providing all the services listed in this solicitation. Technical merit is significantly more important than cost. The Government reserves the right to award a contract to a technically superior offeror who is higher in cost. When technical proposals are evaluated as essentially equal, cost may be the deciding factor. Award will be made to the responsible and technically acceptable offeror whose proposal is determined to offer the greatest value to the Government, considering primarily technical excellence, and secondarily cost/price, and other factors considered. Contract award. The Government may evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any and all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
 
Place of Performance
Address: Washington, DC
 
Record
SN00218488-W 20021208/021206213724 (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  © 1994-2020, Loren Data Corp.