Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
MODIFICATION

X -- DHS CS&C Facility Rental

Notice Date
9/2/2015
 
Notice Type
Modification/Amendment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
RNCC-15-60028
 
Archive Date
9/18/2015
 
Point of Contact
Angelica Eng, , Paula Nusbaum,
 
E-Mail Address
angelica.eng@hq.dhs.gov, Paula.Nusbaum@hq.dhs.gov
(angelica.eng@hq.dhs.gov, Paula.Nusbaum@hq.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Department of Homeland Security (DHS) Office of Cybersecurity and Communications (CS&C) has a requirement to rent a venue for a CS&C event, to take place on November 9 -10, 2015. (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in Subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) The solicitation number for this requirement is RNCC-15-60028 and is being issued as a Request for Quotation (RFQ). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. (iv) This procurement is unrestricted. The North American Industry Classification System (NAICS) code is 531120 for Lessors of Nonresidential Buildings (except Miniwarehouses), which has a size standard of $27.5 million. The Department of Homeland Security, Office of Procurement Operations intends to award a Firm Fixed Price purchase order. (v) The contract line item numbers (CLINs) for this requirement are as follows: CLIN Description 0001 Conference Space Rental (November 9-10, 2015) 0002 Audio Visual (November 9-10, 2015) (vi) See Attachment I Statement of Work and Attachment II Clauses. Both attachments will be incorporated into the awarded purchase order. (vii) The period of performance for this purchase order is: November 9, 2015 through November 10, 2015. (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Apr 2014) is incorporated into this solicitation. Offerors may obtain the full text version of this provision electronically at www.acquisiton.gov/far/ Offerors shall submit the following information as part of their quote: - Total Firm-Fixed-Price quote for CLIN 0001 and CLIN 0002 in section v of this solicitation. The fixed rate shall be inclusive of all services described in the Statement of Work. - Confirmation that the offeror can meet the capacity, availability, and location requirements. - One reference to contact with facilities/events management questions with the following contact information: name of reference, organization, job, title, email address, and telephone number. - Completed clauses in sections x (FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items) and xiii (HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates) of this solicitation. Quotes must be submitted by the venue. Quotes submitted by third-parties will not be accepted. (ix) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) is incorporated into this solicitation. (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: - Capacity - Availability - Metro Accessibility and Location - Customer Service: Vendor's ability to provide an events manager who has experience in managing events this size. The Manager's ability to work with the Government representative for all the event planning/preparation and execution to ensure the event runs smoothly with no issues. The technical factors above are listed in descending order of importance. Venue capacity and availability are more important than metro accessibility and location, which is more important than customer service, and when combined, are more important than price. Venue capabilities and customer service may be verified by the Government through independent research. (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) (x) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Mar 2015) is to be submitted with your offers. (xi) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (May 2015) applies to this acquisition. See Attachment II- Clauses. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2015) applies to this acquisition. See Attachment II- Clauses. (xiii) HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006) is to be submitted with your offers. See Attachment II- Clauses. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable for this solicitation. (xv) Quotations are due no later than Thursday, September 3, 2015 at 3:00 p.m. Quotes shall be e-mailed to angelica.eng@dhs.gov and paula.nusbaum@dhs.gov. (xvi) For information regarding the solicitation, please contact angelica.eng@hq.dhs.gov and paula.nusbaum@hq.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/RNCC-15-60028/listing.html)
 
Record
SN03868045-W 20150904/150902235833-e953fa0aa280f78e1bcd4f7923b23775 (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.