Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOLICITATION NOTICE

R -- NCI Exhibit Program Support

Notice Date
8/26/2009
 
Notice Type
Presolicitation
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions-Treatment and Support Branch, Bldg 244, Room 112, Frederick, Maryland, 21702
 
ZIP Code
21702
 
Solicitation Number
N02-CO-97012-64
 
Point of Contact
James D Carder, Phone: (301) 228-4221, Robin M. Irving, Phone: (301) 228-4220
 
E-Mail Address
jc490y@nih.gov, irvingr@mail.nih.gov
(jc490y@nih.gov, irvingr@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
POTENTIAL OFFERORS WILL BE RESPONSIBLE FOR DOWNLOADING THEIR OWN COPY OF THE SOLICITATION AND AMENDMENTS THAT MAYBE ISSUED. The National Cancer Institute (NCI), National Institutes of Health, is seeking a qualified contractor to provide to provide total professional and logistical support for the NCI Exhibit Program. These services will include, but are not limited to the following: (1) research and documentation of appropriate exhibiting opportunities in the medical/health professional trade show market; (2) consultation with NCI staff for conference and material selection, as well as conference attendance suggestions; (3) pre-exhibit negotiations with professional organizations concerning logistical requirements; (4) logistical arrangements for shipping, set-up, dismantling, and exhibit services for each meeting; (5) maintenance of an exhibit library program; (6) provision of knowledgeable professionals to staff exhibits; (7) post-exhibit evaluation of the impact of each exhibit; (8) appropriate budget planning, including projection of expenses for each season, and a post-season report of actual costs; (9) exhibit design, fabrication, repair, and modification; (10) appropriate warehousing of all NCI exhibit structures and graphics; (11) maintenance of an accurate, up-to-date inventory tracking system of all structures and graphics; (12) establishment of effective systems/procedures; and (13) maintenance of an exhibit website. This project includes mandatory criteria. Therefore, all parties interested in this project must meet the following mandatory criteria for eligibility at the time of the initial proposal submission: In order to meet the government’s requirement for the transfer of critical documents/materials and exhibits to the NCI, the potential offeror’s warehouse facility must be located within two (2) hours of NCI which is located in Rockville, MD. Additionally, the warehouse space must be a secure, climate controlled, bar-coding distribution and storage facility, fully functional to the requirements of the statement of work. The warehouse facility must meet all industry standards for security, fire protection and suppression, flood control and/or water damage, and temperature control for preserving graphics, computer equipment, and exhibit structures built with various materials (i.e. plastics, wood, metal). • Fire Protection—Warehouse must be equipped with portable fire extinguishers, detection and report systems, and sprinkler systems. [National Fire Protection Association (NFPA) Standards] • Temperature Control—Temperatures should be controlled for seasonal weather conditions and daily temperature changes affecting the warehouse environment. The effects of temperature and humidity of areas at the height of the topmost storage should be controlled. The storage of materials must allow for proper circulation among storage containers. Proper temperature controls and monitoring must prevent mold and moisture accumulation. [American Society of Heating, Refrigerating and Air-Conditioning Engineers (ASHRAE) Standards, American National Standards Institute (ANSI) Standards] • Security-- Warehouse exterior doors must have keyed locking devices on both loading and personnel doors. If there are warehouse windows they must be protected from simple break-in. Any intrusion should be monitored by a third party during non-business hours. [Underwriters Laboratory (UL) Standards] The mandatory criteria must be met at time of initial proposal submission. This solicitation is anticipated to result in one (1) award to an offeror capable of performing all aspects of the Statement of Work and that meets the mandatory criteria as outline above. The contract shall be a cost-reimbursement, term type and will be awarded for a five year period inclusive of all options (base year plus 4 successive one year options). All qualified small businesses that meet the mandatory criteria may submit a proposal to the government for consideration. This advertisement does not commit the Government to award a contract. No collect calls will be accepted. The North American Industry Classification System (NAICS) code for this project is 541614 with a size standard of 7.0 Million dollars. The proposed contract project represents a re-competition of NCI Contract HHSN261200411005 with Vigilant Services Corporation. The solicitation is scheduled for electronic release on or about September 10, 2009. The RFP may be accessed through the NCI Office of Acquisitions homepage by using the following internet address - http://rcb.cancer.gov/rcb-internet/index.jsp. (Please click on current RFPs to access). Only electronic copies of the solicitation are available. It is the offeror’s responsibility to monitor the above internet site for the release of this solicitation and any amendments. POTENTIAL OFFERORS WILL BE RESPONSIBLE FOR DOWNLOADING THEIR OWN COPY OF THE SOLICITATION AND AMENDMENTS. No collect calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/FCRF2/N02-CO-97012-64/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN01927211-W 20090828/090827000455-af889b69b2817a0de1e1967fd8f2fdd5 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.