Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2010 FBO #3017
MODIFICATION

X -- Meeting Rooms for the 2010 Chemical Sector Security Summit that will be held July 7th, 2010, to July 8th, 2010 in Baltimore Maryland.

Notice Date
2/25/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
245 Murray Lane, SW, Washington, DC 20528
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-10-Q-00068
 
Response Due
2/2/2010
 
Archive Date
8/1/2010
 
Point of Contact
Name: Sharon Ofunfiditmi, Title: Contract Specialist, Phone: 202-447-5560, Fax:
 
E-Mail Address
sharon.ogunfiditimi@hq.dhs.gov;
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is HSHQDC-10-Q-00068 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 531120 with a small business size standard of $7.00M. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-02-02 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The DHS Office of Procurement Operations requires the following items, Meet or Exceed, to the following: LI 001, This is Firm-Fixed-Price Request for Quote (RFQ) issued by the Department of Homeland Security to obtain a facility with meeting space, audio visual equipment, and audio visual technical assistance that can accommodate a flow of 350 individuals for the Chemical Sector Security Summit. This meeting will take place on 07/07/2010 to 07/08/2010. Conference Rooms minimum requirments as follows: 17 EA (1) General Session area for 2 days, Minimum 7,845 sq ft, Classroom style should seat 350 people, main riser (skirted) for speakers with handicap ramp, stairs, safety rails and tables for press, wireless internet access, dedicated venue staff member. (4) Workshop/breakout rooms for 1 day, Minimum 2,650 sq ft each, Classroom style for 120 people minimum each with dedicated venue staff member. Each of the rooms needs to be on the same floor in close proximity to each other, and have wireless internet access; can use the General Session area for 2 of these meetings. (1) Demonstration room for 2 days, Minimum 2,650 sq ft, Classroom style for 120 people minimum, with internet access and dedicated venue staff member. (1) Staff Office near General Session area for 3 days, 400 sq ft, Boardroom style for 10 people, with internet access and a connecting door to the Speaker Ready Room. (1) Speaker Ready Room near General Session for 3 days, 560 sq ft, Rounds of 10 for 40 people, with internet access and a connecting door to the Staff Office. (1) Registration Area Note: All meeting spaces, including General Sessions, Breakouts, Registration, Demonstrations, Staff Office, and Speaker Ready Room should be conveniently located within close proximity and on the same floor., 17, EA; LI 002, 0001A Press Tables (skirted) with 6 chairs (This item 12 EA shall be included in Line Item 0001 of this RFQ ), 12, EA; LI 003, 0001B Riser w/ handicap, 7, EA; LI 004, 0001C 16'x13' Pipe and Drape (Black), 72, EA; LI 005, 0001D Extension Cord, quantity 26. (This item shall be included in Line Item 001 of this RFQ), 26, EA; LI 006, 0001E Power Strip, quantit y 26. (This item shall be included in Line Item 0001 of this RFQ)., 26, EA; LI 007, 0001F Easel, 24, EA; LI 008, 0001G Door Stopers, 13, EA; LI 009, 0001H Room Dividers as required., 7, EA; LI 010, 0001I DID Phone with domestic long-distance, 3, EA; LI 011, Staff Support shall not to exceed 47 hours, 47, Hr; LI 012, LCD Package (Screen with drape kit, Lumens Projector), 7, EA; LI 013, Audio Package : 7 EA Lavalier for emcee and/or moderator-8 Microphone floor stands-14 Wired handheld microphone-22 16 channel audio mixer-7 Gooseneck microphone-7 Tripod microphone table stand-black-30 1/3 Octave stereo octave equalizer-7 Beta 58 wireless handheld microphone-16, 7, EA; LI 014, Lighting (Stagewash for basic truss mounted wash), 2, EA; LI 015, Rigging equipment for lighting, 1, EA; LI 016, Laser Pointer, 7, EA; LI 017, Wireless Presenter Mouse, 7, EA; LI 018, Scaling Video Switcher, 7, EA; LI 019, CRT Video Monitor, 2, EA; LI 020, 6 output RGBHV DA, 7, EA; LI 021, 40" LCD Data Monitor (confidence monitor), 2, EA; LI 022, 17"/19" LCD Data Monitor (Confidence Monitor), 6, EA; LI 023, Video Cable Lot, 8, EA; LI 024, Lighting Cable Lot, 8, EA; LI 025, 2-way radio, 60, EA; LI 026, Printer-B&W Laser, 3, EA; LI 027, Speaker Timer, 10, EA; LI 028, Polycom Speaker Phone, 3, EA; LI 029, Phone Line, 6, EA; LI 030, Wireless Internet; 1st Drop, 6, EA; LI 031, Wireless Internet; Additional Lines, 40, EA; LI 032, Video Teleconference (VTC) equipment for 2-way video, 1, EA; LI 033, VLAN Secure Network for VTC, 1, EA; LI 034, Broadcast quality camera package for VTC, 1, EA; LI 035, Video/Audio Technician daily support service and set-up, 1, Lot; For this solicitation, DHS Office of Procurement Operations intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Office of Procurement Operations is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Added question and answer section to requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-10-Q-00068/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02077155-W 20100227/100226095400-fb09a0290f8b715255c83d9e834e45e0 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.