Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2010 FBO #3184
SOLICITATION NOTICE

99 -- Logistical Support for the 2010 AUSA Annual Exhibit

Notice Date
8/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Contracting Center of Excellence (NCR-CC), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW10R0124
 
Response Due
8/27/2010
 
Archive Date
10/26/2010
 
Point of Contact
Diane Clarke, 703-428-0490
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(diane.clarke1@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. RFP W91WAW-10-R-0124 Combined Synopsis/Solicitation For Logistical Support for the 2010 AUSA Annual Exhibit For the SFAE-ASC U.S. Army Acquisition Support Center In Fort Belvoir, VA (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) The solicitation document is issued as a request for proposal (RFP). Submit written proposals on RFP number W91WAW-10-R-0124. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30, effective 15 January 2009. (IV) The North American Industry Classification System (NAICS) code is 238990 and the size standard is $14 million. The acquisition will be issued for 100% small business set-aside. (V) This combined solicitation/synopsis is for purchase of the following commercial services: Logistical support for the 2010 Association of the United States Army (AUSA) Annual Exhibit to include coordination and all associated administrative functions. Request includes the logistical requirements associated with transport, display and maintenance of a 50 x 100 exhibit. The exhibit will be located at the Walter E. Washington Convention Center. The period of performance is from date of award to December 31, 2010. (VI) STATEMENT OF WORK STATEMENT OF WORK FOR ACQUISITION, LOGISTICS AND TECHNOLOGY TRADE SHOW BOOTH AT THE 2010 ASSOCIATION OF THE UNITED STATES ARMY ANNUAL MEETING AND EXPOSITION 1.0 Project Background: The Office of the Assistant Secretary of the Army for Acquisition, Logistics and Technology (ASA (ALT)) has oversight of the entire Army Acquisition, Logistics and Technology (AL&T) Workforce and, as such, is responsible for the development and management of the Army Acquisition Corps (AAC) and AL&T Workforce. This includes developing and promulgating policies and procedures for managing accession, training, education, and career development of military and civilian personnel. The office is also responsible for developing, communicating and executing policies and procedures; recommending changes to existing policies to manage the AAC/AL&T Workforce; and ensuring that the provisions and amendments of the Defense Acquisition Workforce Improvement Act (DAWIA) are instituted to generally improve the level of acquisition management throughout the Army. This requires continuing coordination and interface efforts with many U.S. Army organizations, including the U.S. Army Human Resources Command and, as required, HeadquartersDepartment of the Army, other Army elements to include Program Executive Offices (PEOs), Program Management Offices (PMOs), various Major Commands (MACOMs) and subordinate commands, and the Office of the Secretary of Defense, among others. In addition, it requires coordination with groups within the other services. ASA(ALT) and its organizations have interfaced with both military and civilian AAC members and the AL&T Workforce and will continue to do so through conferences and other events both external and internal. A key component of this outreach strategy is the Association of the United States Army (AUSA) Annual Meeting and Exposition where ASA(ALT) sponsors a consolidated exhibit on a (50 x 100) floor plan for its subordinate organizations. The booth highlights ASA(ALT)s cohesive brand and messaging strategy for the event and features the high-technology programs and projects that the organization is working on across the full spectrum of operations. The U.S. Army Acquisition Support Center (USAASC) has the lead on the operation and execution of the booth and is responsible for ensuring that the booth represents ASA(ALT)s mission and captures the attention of their key target audiences. Below are more specific facts about the booth and a booth user manual: Facts a.The exhibit is showcased on a 502 x 1002 floor space and is prominently located near the U.S. Army and U.S. Army Materiel Command (AMC) exhibits. The ASA(ALT) exhibit features a two-story meeting space, two storage rooms, a central ASA(ALT) branding tower, a centrally located ASA(ALT) information desk, and 15 kiosks for ASA(ALT)s subordinate organizations. The two-story meeting space is an ExpoDeck double deck system approximate size of 2-20X14 with custom curved connector that includes 2 staircases, handrails for deck surrounds and stairs areas, a portal column structure and decking with under deck carpet and ExZact walls for upper and lower deck conference areas. The walls include doors and a mixture of clear and solid panels. Specific setup instructions are included as attachments 1 through 4. b.The exhibit serves as the ASA(ALT) command center for the Principal Deputy Assistant Secretary of the Army for AL&T and the Military Deputy to the ASA(ALT). The meeting space allows Army acquisition leaders to take full advantage of the great networking and face-to-face opportunities that the AUSA show offers by enabling them to hold meetings and impromptu conversations conveniently in the ASA(ALT) exhibit. c.Each of the participating organizations has a stand-alone kiosk with backlit graphics, a monitor, shelves, and a 3-rack literature rack to help best showcase their equipment and services. Visitors to the exhibit are able to meet with representatives from all the PEOs to learn about their missions and products. This cohesive approach also allows the PEOs to interact with each other and learn more about what their counterparts under the ASA(ALT) umbrella do. Interested AL&T Workforce members and potential recruits are able to discuss their educational and professional career goals. Exhibit/Kiosk User Manual Overview: The Assistant Secretary of the Army for Acquisition, Logistics, and Technology maintains thirteen PEO kiosks designed and produced for the ASA(ALT) Exhibit at the Annual AUSA Exposition. The kiosks are individually available for periodic PEO/PM use and can be signed out/obtained via the U.S. Army Acquisition Support Center warehouse located at 22455 Powers Court, Sterling, VA 20166. Current Kiosks: 1.JPEO Chemical and Biological Defense 2.PEO Ammunition 3.PEO Aviation 4.PEO C3T 5.PEO CS&CSS 6.PEO EIS 7.PEO GCS 8.PEO IEW&S 9.PEO Missiles and Space 10.PEO Soldier 11.PEO STRI 12.PM Future Combat Systems 13.U.S. Army Acquisition Support Center (USAASC) 14.Other 15.Other Kiosk Specifications: StorageThe kiosks are currently stored in Sterling, VA, and are maintained by USAASC. They are housed in individual wooden crates and can be accessed within 48-hours notice. Weight1100 lbs (kiosk plus crate) Crate Dimensions91 x 48 x 100 Power Requirements10 AMP drop (to run lights and TV) LightsFour fluorescent light units are located inside the kiosk to illuminate the graphics, and one light is attached to the aluminum arm at the top of the kiosk to illuminate the square hanging graphic. Kiosk Configuration Components: Each kiosk is equipped with 11 different pieces to tailor the configuration to the specific requirements of use. The configuration pieces include: -(3) Natural wood laminate shelves -(5) Gray cover caps -(1) LCD monitor bracket -(1) Plexiglass document stand with suspension bar -(1) Natural wood laminate counter with legs Note: Monitors are available for use with each kiosk; however, they must be specifically requested. You are responsible for supplying your own input device (DVD player, laptop, etc.) and all corresponding cables. Kiosk Configuration Options: Installation Instructions: 1.Open the crate. Remove the black hanging sign and monitor box (if applicable).Carefully place the hanging sign to the side to prevent tears to the fabric. 2.At least TWO people must slowly slide the kiosk straight out of the wooden crate onto the floor or rolling dolly (if moving to another location). 3.Place the kiosk so the power drop you will be using is inside the opening in the middle of the base. You can access the center of the kiosk through the graphics panel. Each panel is secured with Velcro allowing the whole graphic panel to be removable. Apply pressure to the metal frame and the entire panel should swing towards you. 4.Plug a surge protector into the main power drop and plug in lights. 5.Remove the configuration pieces required for desired setup and slide directly into the appropriate slots on the kiosk. Make sure that all nuts and bolts used to secure the configuration pieces in the crate are replaced after removing your parts. 6.Remove the protective packaging from the black hanging sign and suspend it from the aluminum bar at the top of the kiosk. 7.If you are using your own DVD or laptop to run something on the monitor, store the device (and remotes) in the open storage inside the kiosk and feed the cables through the wire management system inside the kiosk. You can access the storage inside the kiosk through the small removable door on the front of the kiosk (under the shelves). The door is secured in place by Velcro and can be easily removed by applying pressure to the edges and prying the door straight off. 8.Secure the empty monitor box (if applicable) inside the crate and ensure all unused parts are secured in their proper places. Work with location management to have the empty wooden crate removed until the end of the event. Request separate attachment titled Setup Tips and exhibit diagrams. Dismantle Instructions: 1.Open the small removable door in the front of the kiosk and unplug all electrical devices. 2.Carefully remove the monitor from the kiosk (if applicable) and pack inside the empty monitor box (make sure you include the remote). Leave monitor power cord in place (threaded through the kiosk) and secure loose ends at the top of the wire management system with a piece of tape. Set the monitor box to the side. If you used your own DVD or laptop to run something on the monitor, make sure to remove the device, remote, and any cords you brought with you. 3.Remove the black hanging sign from the aluminum arm and set to the side (be careful not to tear the fabric). 4.Remove all configuration pieces and secure them into their proper storage places within the wooden crate. Make sure all nuts and bolts are firmly applied so nothing breaks loose and is damaged during shipping. 5.At least TWO people must lift the back edge of the kiosk up and into the wooden crate. Make sure the kiosk stand is properly aligned with the brackets on the floor of the crate and slowly push the kiosk straight back into the crate. 6.Put the black hanging sign and monitor (if applicable) into the crate where they will not get damaged. 7.Double check to make sure all kiosk components have been secured in the crate and seal the door. 8.The kiosk should be returned to the USAASC warehouse in Sterling, VA. All problems encountered with the kiosk must be reported to USAASC when the kiosk is returned. 2.0 Project Objectives: The 2010 exhibit is expected to feature at least 13 of ASA(ALT)s organizations and will highlight their programs and products under the ASA(ALT) brand and 2 of ASA(ALT)s partner organizations. This Statement of Work (SOW) addresses the support, execution and maintenance of the ASA(ALT) exhibit. The projects objective is to execute all of the logistics associated with the booth at the upcoming 2010 AUSA Exhibition. 3.0 Tasks: a.The ASA(ALT) exhibit is maintained through a contractor, BRTRC, and located in Sterling, VA. The Exhibit Logistics Coordinator contractor will work directly with the designated AUSA Exhibit Coordinator, currently GES, and the USAASC Contractor currently BRTRC and various ASA(ALT) Program Executive Officers (PEOs) to coordinate all logistical arrangements associated with the ASA(ALT) Exhibit. Specifically, the Exhibit Logistics Coordinator contractor will: b.Be responsible for shipping the ASA(ALT) exhibit to and from the 2010 AUSA Exhibition and Conference. Make all logistics related payments to GES for their support before, during and after the event. c.Setup and dismantle the ASA(ALT) exhibit to include meeting space structure. This may require subcontracting work to the meeting room structure designer company name Highmark. d.Coordinate shipping logistics from ASA(ALT) PEOs and other organizations exhibiting in the ASA(ALT) exhibit. Generally, there are two options for shipping to the AUSA Annual Meeting and Exposition. Shipments can be delivered to an advance warehouse or sent directly to the Convention Center. The contractor will be available to receive the shipments in the booth area and support setup and dismantling requirements. e.If necessary, coordinate and provide digital printing graphics and printing services. f.The ASA(ALT) custom exhibit utilizes the latest internet and web technology. Therefore, the contractor must be able to provide internet publishing and broadcasting and Web Search Portals capabilities and ensure all audiovisual and booth specific equipment functions properly. g.If necessary provide concepts and graphics and purchase mobile exhibits and associated equipment to complement the current ASA(ALT) booth. h. Coordinate with union for Walter E. Washington Convention Center. i.Anticipated costs are as follows: 2010 ASA(ALT) AUSA Annual Exhibit Costs Item Booth Logistics Internet AUSA Electric AUSA Furniture/Lighting Carpet Booth Cleaning Labor Cherry Picker, Stagehands, Riggers Material Handling After Hours Security Shipping, Transportation of Materials GES I&D Materials Booth Logistics Total Collateral Printing and Production Informational Brochures Collateral Printing and Production Total Booth Materials, Graphics, and Displays Meeting Space (two story meeting space, storage, staff, career room, lighting) Displays (2 individual display areas, new kiosk images) Hardware (central branding, history wall, camo walls header etc.) Electronics (video/plasma screens, monitors, etc.) Kiosk Images Booth Materials, Graphics and Displays Total Miscellaneous Expenses Warehouse storage Contractor Manpower Reporting Miscellaneous Expenses Total TOTAL G&A Handling The U.S. Army Acquisition Support Center (USAASC) contractor, BRTRC, has the lead on providing specific information and requirements to the Exhibit Logistics Coordinator contractor. All of the above requirements will be paid on a firm fix price basis. 4.0 Travel: Travel costs should be submitted as a part of the proposal. No allowance will be made for local travel. 5.0 In-Process Review: The Exhibit Logistics Coordinator contractor shall provide monthly status reports to the COR and the Technical Representative on the status of deliverables and identify any potential problems or concerns. The reports should be submitted no later than 15 days following the end of the month that is being reported. A final report will be provided by the end of the month following the end of the period of performance (PoP). 6.0 Deliverables: a.Final exhibit setup and dismantle with all associated equipment and items working properly during the 2010 AUSA Exhibition. b.Invoices and receipts identifying payments for logistical support to the AUSA contractor GES and other approved contractors providing support during the 2010 event. c.Final after-action report. 7.0 Period of Performance: The contractor shall provide service for the PoP from the date of contract award date 31 December 2010 including holidays. 8.0 Warranty The Contract shall provide a standard commercial warranty. 9.0 Award Determination Submittals To determine Technically Acceptability each offeror must submit past performance information that reflect the following: a.Information that shows the lump sum price and the breakout pricing. The breakout pricing must be submitted using the line items within the 2010 ASA(ALT)AUSA Annual Exhibit Cost Chart shown in section 3.0 (i) of this combined synopsis/solicitation. b.Information that shows past performance that reflects positively on the offerors. c.Information that shows the ability to setup and dismantle similar scale/size exhibits with a minimum of three years experience in exhibit support for venues to include the Association of the United States Army (AUSA) annual convention. d.Information that shows previous experience coordinating with unions. e.Information that shows recent experience (within the last three (3) years) in providing internet publishing, broadcasting, Web Search Portals capabilities to ensure all audiovisual and booth specific equipment functions properly. Evaluation The Government will award a contract resulting from this combined synopsis/solicitation to the responsible offeror whose proposal is determined to be the Lowest Price Technically Acceptable and will be most advantageous to the Government. To determineTechnical Acceptability the Government will evaluate on past performance information that reflect the following: a.The ability to set up and dismantle similar scale/size exhibits. b.A minimum of three years experience in exhibit support for venues including the Association of the United States Army (AUSA) Annual Convention. c.Previous experience coordinating with unions. d.Recent experience (within the last three (3) years) in providing internet publishing, broadcasting, Web Search Portals capabilities to ensure all audiovisual and booth specific equipment functions properly. The government will evaluate each offerors technical acceptability as a go/no go on the above stated factors (a-d). Offeror must receive a go rating in each of the above factors a-d in order to be eligible for award. This contract will be awarded to the offeror that is determined to be the Lowest Price Technical Acceptable offeror. Lowest Price The government will evaluate the lump sum price to include breakout pricing. The breakout pricing must be submitted using the line items of the 2010 ASA(ALT)AUSA Annual Exhibit Cost Chart shown in section 3.0 (i) of this combined synopsis/solicitation. (VII) The provision 52.212-1 -- Instructions to Offerors -- Commercial Items, applies to this acquisition. (VIII) The provision at FAR 52.212-2 Evaluation -- Commercial Items applies to this acquisition. (IX). The provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items(By Reference), applies to this acquisition, the offeror must submit a completed copy of with its quote. (X) The clause at FAR 52.212-4, Contract Terms and Conditions (XI) The clause at FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items is applies to this acquisition (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (17) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (19) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (21) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (22) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (24) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). Office of Foreign Assets Control of the Department of the Treasury). _X_ (38) 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractors directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (e)(1)(i) through (xi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (ii) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (iii) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (iv) 52.222-41, Service Contract Act of 1965, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (v) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (vi) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (vii) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (viii) 52.222-54, Employment Eligibility Verification (Jan 2009). (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) (XII) The Government intends to award a firm-fixed-price contract resulting from this combined synopsis/solicitation. (XIII) N/A (XIV) Proposals are required to be received in the contracting office no later than 2:00 PM EST on August 27, 2010. All quotes must be emailed to the attention of Diane Clarke @ Email: diane.clarke1@us.army.mil (XV) Any questions regarding this solicitation should be directed to Diane Clarke, Contract Specialist, by email: diane.clarke1@us.army.mil no later than August 19, 2010 BY 12:00 PM.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e7a8d36f42a5371040c071e1648bf07e)
 
Place of Performance
Address: Contracting Center of Excellence (NCR-CC) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
 
Record
SN02236787-W 20100813/100811235354-e7a8d36f42a5371040c071e1648bf07e (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.