Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2011 FBO #3352
SOLICITATION NOTICE

U -- Global INFOSEC Partnership Conference (GIPC) at its headquarters on Fort Huachuca, AZ. The event consists of a training conference and government/industry exhibits relating to the COMSEC, INFOSEC, and IA areas.

Notice Date
1/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561920 — Convention and Trade Show Organizers
 
Contracting Office
CECOM Contracting Center, Fort Huachuca (CECOM-CC), ATTN: AMSEL-AC-CC-S, Building 61801, Room 3212, Fort Huachuca, AZ 85613-6000
 
ZIP Code
85613-6000
 
Solicitation Number
W9128Z11RGIPC
 
Response Due
2/11/2011
 
Archive Date
4/12/2011
 
Point of Contact
Alison Barrett, 520-538-7415
 
E-Mail Address
CECOM Contracting Center, Fort Huachuca (CECOM-CC)
(alison.barrett@us.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
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. Solicitation Number: W9128Z-11-R-GIPC Notice Type: Combined Synopsis/Solicitation Synopsis: The purpose of this combined synopsis/solicitation is to request no cost, competitive proposals from Small Business Administration 8(a) vendors to deliver supplies, materials, and services that will provide administrative, logistical, computer, and graphic coordination for the Global INFOSEC Partnership Conference (GIPC) to be held on Fort Huachuca, in Sierra Vista, Arizona, from 3 to 5 May 2011 in accordance with the attached Performance Work Statement (PWS). This acquisition is a 100% Small Business Set-Aside, in accordance with FAR 19.502-2, for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-45 effective 1 October 2010, DFAR DCN 20100802 effective 1 October 2010 and AFAR 2010-1001 effective 1 October 2010. The North American Industry Classification System code (NAICS) is 561920, Convention and Trade Show Organizers, small business standard of $7 million, as measured by total revenues, but excluding funds received in trust for an unaffiliated third party, such as bookings or sales subject to commissions. The commissions received are included as revenue. A no cost contract will be awarded. All interested parties must bid on all items. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) to all qualified, responsible sources. The solicitation number is W9128Z-11-R-GIPC. The U.S. Army Communications Security Logistics Activity (CSLA) is located on Fort Huachuca, AZ in the Sierra Vista area. CSLA has the mission of providing Communications Security (COMSEC), Information Security (INFOSEC), and Information Assurance (IA) support for the Department of the Army and other assigned organizations in the Continental United States (CONUS) and Outside CONUS (OCONUS). On behalf of the Department of the Army, CSLA manages and provides for the acquisition, distribution, and logistics support to Army field users of COMSEC equipment through Tobyhanna Army Depot and strategically placed INFOSEC Representatives. The organization is responsible for cryptographic key management and global distribution of keying material to COMSEC accounts in all the Military Services and many Civil Agencies. Each year during the first week in May, CSLA facilitates the Global INFOSEC Partnership Conference (GIPC) at its headquarters on Fort Huachuca, AZ. The event consists of a training conference and government/industry exhibits relating to the COMSEC, INFOSEC, and IA areas. Historically the event draws over 325 registered attendees, 40 presenters, and 25 government and industry representatives in the exhibits. The training is largely conducted in government owned facilities; alternate local facilities may be considered, if suitable. GENERAL REQUIREMENTS: See attached for the PERFORMANCE WORK STATEMENT (PWS). Contractor must be able to meet all specified requirements and describe in the proposal how all those requirements will be met. BASIS FOR AWARD: Award will be made to the offeror that is determined to be technically acceptable and in the best interest of the Government. The Government intends to award without discussions, but retains that right. Evaluation -- Commercial Items (Jan 1999) FAR 52.212-2 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical: the capability of the Offeror to provide services to meet the Government requirement and all characteristics in the attached PWS to include how they propose to meet the governments requirements and time line; (ii) Price: proposal includes a breakdown of the required registration fee by attendees and vendors and what expenses those fees will cover to include a reasonable profit percentage; (iii) Past performance: examples contain information including size of conference, costs, and point of contact (POC), including name and phone number, for Department of Defense and Federal Civilian Agency contracts (see FAR 15.304); Technical and past performance, when combined, are more important than price. (b) N/A (c) 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. (End of Provision) DELIVERY ADDRESS: U.S. Army Communications Security Logistics Activity (CSLA), Greely Hall (Building # 61801), 2133 Cushing Street, Fort Huachuca, AZ 85613-7041. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration FAR 52.209-6, Protecting the Government's Interest FAR 52.212-1, Instruction to Offerors-Commercial Items FAR 52.212-4, Contract Terms and Conditions FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-8 - Utilization of Small Business Concerns FAR 52.247-34, F.O.B. Destination The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.204-10 Reports on Subcontracting, FAR 52.219-28 Small Business Representations, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2 Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 (Alt A) Required Central Contractor Registration; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing of Contract Modifications. The following DFARS clauses apply to this solicitation and are incorporated but not provided in full text. (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7036 Buy American Act, Free Trade Agreements, Balance of Payment Programs; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea ALT III. 52.6106 NOTICE: SOLICITATION OMBUDSMAN FEB/2010 (a) The US Army Contracting Command - Aberdeen Proving Ground (Command, Control, Communications, Computers, intelligence, Surveillance and Reconnaissance) (ACC-APG (C4ISR)) has established the Office of Solicitation Ombudsman to assist industry in removing unnecessary and burdensome requirements from ACC-APG (C4ISR)solicitations. The Ombudsman is authorized to suspend, cancel or revise solicitations that do not represent proper procurement practices or sound business judgment. (b) If you feel that an ACC-APG (C4ISR)solicitation contains improper elements or can be further streamlined to promote more efficient use of taxpayer dollars, you should first identify these issues to the Procuring Contracting Officer (PCO), Deborah L. Doyle. If the PCO is unable to resolve your concerns satisfactorily, or cannot do so in a timely manner, you are encouraged to call the ACC-APG (C4ISR)Ombudsman at (732) 427-1397. The PCO / Ombudsman should be advised at least 5 days prior to the date established in the solicitation for the receipt of offers of any deficiency. You may also write to: US Army Contracting Command Aberdeen Proving Ground (C4ISR) Solicitation Ombudsman Attn: Ms. Amy Sentner CCCE-CQ-K Fort Monmouth, NJ 07703-5008 All responsible vendors must respond to this combined synopsis/solicitation with a quotation that includes: a technical proposal describing the manner in which they will perform and meet all requirements; a timeline; pricing details; and past performance information as required by FAR 52.212-2 and e-mailed to ronald.fushi@us.army.mil, cheryl.m.todd@us.army.mil and deborah.doyle1@us.army.mil. Questions are due no later than 2:00 p.m. Arizona Time, 1 February 2011. Responses are to be received No Later Than 2:00 p.m. Arizona Time, 11 February 2011. The Government reserves the right to make award without discussions as a result of this RFQ. It is the responsibility of the vendor to confirm receipt of their quote under this RFQ.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a3379aa2672455dab7c64455b27ab02e)
 
Place of Performance
Address: ACC-APG (C4ISR), Fort Huachuca ATTN: AMSEL-AC-CC-S, Building 61801, Room 3212 Fort Huachuca AZ
Zip Code: 85613-6000
 
Record
SN02367301-W 20110128/110126234411-a3379aa2672455dab7c64455b27ab02e (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.