R--Department of Defense Postal Symposium support services

Solicitation Number: W91WAW09T0027
Agency: Department of the Army
Office: Defense Contracting Command-Washington
Location: Contracting Center of Excellence, Army Contracting Agency (ACA)
  • Print
:
W91WAW09T0027
:
Combined Synopsis/Solicitation
:
Added: Jan 16, 2009 7:54 pm
COMBINED SYNOPSIS/SOLICITATION: This is a combined synopsis/solicitation for a commercial service, prepared in accordance with the format in FAR 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. The solicitation number for this procurement is W91WAW-09-T-0027 and is issued as a Request for Quotation (RFQ). The solicitation and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-24, Defense Acquisition Circular (DAC) 91.13. The North American Industry Classification System (NAICS) code is 721110. The Small Business Size Standard is $7.0 Million. This action will be Full and Open Competition. The Period of Performance is scheduled for five consecutive business days within the month of June 2009. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Quotations shall contain the following information: RFQ number; TIME SPECIFIED FOR RECEIPT OF OFFERORS; NAME; ADDRESS; TELEPHONE NUMBER OF OFFEROR; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable).

The Contracting Center of Excellence on behalf of the Military Postal Service Agency solicits support for the Military Postal Service Agency (MPSA) sponsored 2009 DoD Postal Symposium to be held in Phoenix, Arizona. The symposium is scheduled to be held five business days within June 2009. Interested Offerors shall submit a single quote that indicates quantity, unit price, and total amount for all Contract Line Items (CLIN) shown herein for all of the services required to support the symposium. Quotes for partial services will be not accepted. The following services are required to support the symposium:

CLIN 0001 Large Conference Room: Conference room to support 300 personnel in a classroom set-up meeting the following requirements:

(1) 36 linear inches of table space for each participant.
(2) Table cloths and drinking water are on each table.
(3) A riser centered at the front of the room with lighted podium and a U.S. flag to the speakers right; flag must not touch the floor.
(4) No ashtrays.
(5) Maintain room temperature between 76 and 78 degrees Fahrenheit. Ensure symposium staff has the ability to adjust speaker volume and dim the lighting.
(6) Room set-up and serviced from 7:00 AM to 6:00 Monday through Friday.

CLIN 0002 Breakout Room (100 Personnel): The contractor shall provide a breakout room to support 100 personnel in a classroom set-up meeting the following requirements:

(1) 36 linear inches of table space for each participant.
(2) Table cloths and drinking water are on each table.
(3) A riser centered at the front of the room with lighted podium
(4) No ashtrays.
(5) Maintain room temperature between 76 and 78 degrees Fahrenheit. Ensure symposium staff has the ability to adjust speaker volume and dim the lighting.
(6) Room set-up and serviced from 7:00 AM to 6:00 Monday through Friday.




CLIN 0003 Breakout Room (55 Personnel): The contractor shall provide a breakout room to support 55 personnel in a classroom set-up meeting the following requirements:

(1) 36 linear inches of table space for each participant.
(2) Table cloths and drinking water are on each table.
(3) Room set-up for informal meeting Sunday 9:00 AM to 5:00 PM. No service
required.
(4) Room set-up and serviced from 7:00 AM to 6:00 Monday through Friday.

CLIN 0004 Breakout Room (25 Personnel): The contractor shall provide a breakout room to support 25 personnel in a hollow square or boardroom set-up for use by the Executive Director and Deputy Director meeting the following requirements:

(1) 36 linear inches of table space for each participant.
(2) Table cloths and drinking water are on each table.
(3) Room set-up for informal meeting Sunday 9:00 AM to 5:00 PM. No service required.
(4) Room set-up and serviced from 7:00 AM to 6:00 Monday through Friday.


CLIN 0005 Two Breakout Rooms (15 Personnel for each room): The contractor shall provide two breakout rooms to support 15 personnel (for each room) in a classroom set-up meeting the following requirements:

(1) 36 linear inches of table space for each participant.
(2) Table cloths and drinking water are on each table.
(3) Room set-up for informal meeting Sunday 9:00 AM to 5:00 PM. No service required.
(4) Room set-up and serviced from 7:00 AM to 6:00 Monday through Friday.

CLIN 0006 Office/Storage Area: The contractor shall provide one office/storage area meeting the following requirements:

(1) Accommodate three personnel.
(2) Space to store up to 15 boxes size 18 x 18 x 16.
(3) Three tables and six chairs.
(4) Symposium workers have ability to secure office space.
(5) Available 7:00 AM to 6:00 PM Saturday through Friday.


CLIN 0007 8x10 Space Area: The contractor shall provide 8 x 10 space for 15 exhibitors meeting the following requirements:

(1) One six-foot tablecloth and skirting for each space.
(2) Electrical outlets available.
(3) Co-located with refreshments breaks in the large conference room foyer.
(4) Available Sunday 9:00 AM to 4:00 PM to allow exhibitors to set-up.
(5) Available 7:00 AM to 6:00 PM Monday through Friday.

CLIN 0008 Ice Breaker Social: The contractor shall provide a room to accommodate 275 people attending an Ice Breaker Social meeting the following requirements:

(1) Scattered cocktail seating.
(2) Centerpieces.
(3) Dance floor area.
(4) Space for disc jockey. (Disc Jockey services not required)
(5) Three easel stands to display poster announcing details of the Ice Breaker.
(6) Available 6:30 PM to 9:30 PM Monday.


CLIN 0009 Registration Area: The contractor shall provide a registration area meeting the following requirements:

(1) Four tables, eight chairs, and two tables for handouts.
(2) Two large easels to identify organizations.
(3) Corkboard for posting messages.
(4) A built-in Registration Area is preferred vice tables set up in the foyer.
(5) Registration Area needed Sunday 9:00 AM to 7:00 PM and 6:00 AM to 6:00 PM Monday through Friday.


CLIN 0010 Audio Visual (300 Personnel Conference Room): The contractor shall provide audio visual for a 300-person conference room meeting the following requirements:

(1) Two 9 x 12 fast fold screens with dress kit.
(2) Two LCD projectors (minimum resolution 1024 x768) (minimum 800 lumens).
(3) Four standing microphones.
(4) One podium microphone.
(5) Two UHF wireless clip mounted lavaliere microphones.
(6) One UHF wireless handheld microphone.
(7) One 8-channel mixer.
(8) One High Speed internet line (Ethernet network).
(9) Available 7:00 AM to 6:00 PM Monday through Friday.
(10) Audio Visual technical support shall be available on-site to set-up, test, monitor, and maintain continuous support and connectivity for all hotel provided audiovisual equipment. Technician shall trouble shoot any issues associated with, pre, during and post conference activities involving all hotel provided audiovisual equipment. Technical support shall be available from 7:00 AM to 6:00 PM.
CLIN 0011 Audio Visual (100 Personnel Conference Room): The contractor shall provide audio visual for a 100-person conference room meeting the following requirements:

(1) One 7.5 x 10 fast fold screen with dress kit.
(2) Two standing microphones.
(3) Two UHF wireless clip mounted lavaliere microphones.
(4) One 4-channel mixer.
(5) Available 7:00 AM to 6:00 PM Monday through Friday.
(6) Audio Visual technical support shall be available on-site to set-up, test, monitor, and maintain continuous support and connectivity for all hotel provided audiovisual equipment. Technician shall trouble shoot any issues associated with, pre, during and post conference activities involving all hotel provided audiovisual equipment. Technical support shall be available from 7:00 AM to 6:00 PM.



CLIN 0012 Additional Audio Visual: The contractor shall provide additional audiovisual meeting the following requirements:

(1) One color printer for Registration Area.
(2) Two High Speed internet lines (Ethernet network).
(3) One dedicated phone line with phone located in registration area for symposium personnel to receive messages for attendees.
(4) Audio Visual technical support shall be available on-site to set-up, test, monitor, and maintain continuous support and connectivity for all hotel provided audiovisual equipment. Technician shall trouble shoot any issues associated with, pre, during and post conference activities involving all hotel provided audio visual and telecommunications equipment. Technical support shall be available from 6:00 AM to 6:00 PM.


CLIN 0013 Food and Beverage: The contractor shall provide food and beverage meeting the following requirements:

(1) Ice Breaker Social Provide assorted finger food, plentiful and varied; non-alcoholic punch for approximately 275 people. Available 6:30 PM to 9:30 PM Monday.
(2) Morning breaks coffee, tea, assorted soft drinks, assorted pastries, and whole fresh fruit for approximately 300 people. Available 9:30 AM to 10:00 AM Monday through Friday.
(3) Afternoon breaks coffee, tea, and assorted soft drinks for approximately 300 people. Available 2:00 PM to 2:30 PM Monday through Thursday.


Quotes shall include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes shall also contain all other documentation specified herein including the PERIOD OF ACCEPTANCE: The Offeror agrees to hold the prices in its quote firm for thirty (30) calendar days from the date specified for receipt of quotes, unless another time period is specified in an amendment to the solicitation. LATE OFFERS: Quotations or modification of quotes received at the address specified for the receipt of quotes after the exact time specified for receipt of quotes WILL NOT be considered.

EVALUATION/AWARD; IAW FAR 52.212-2 Evaluation of Commercial Items, the Government will award a Purchase Order to the Offeror whose price is judged to represent the best value to the Government considering the Lowest Price Technically Acceptable Source Selection Process in accordance with FAR 15.101-2.

All offerors must be registered in the Central Contractor Registered (CCR) and Online Representation and Certification Application (ORCA) must be activated (IAW FAR 4.11 and 4.12). ORCA registration for online representation and certification requirements may be viewed via the internet at www.bpn.gov. OFFERORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATION AND CERTIFICATIONS COMMERCIAL ITEMS WITH THEIR QUOTE which can be downloaded from the internet at http://farsite.hill.af.mil or requested in writing via facsimile at 229-257-3547. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of this solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference.

All FAR clauses may be viewed in full text via the internet at http://farsite.hill.af.mil. FAR 52.212-4 Contract Terms and ConditionsCommercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items.

Questions are due no later than 21 January 2009, 1:00 PM E.S.T. Quotes are due no later than 23 January 2009; 1:00 PM E.S.T. Quotes shall be submitted to the Contract Specialist, Ms. Regina Foston at fostonr@conus.army.mil and the Contracting Officer, Ms. Annette Vaughn at annette.vaughn@us.army.mil.
:
Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
:
Contracting Center of Excellence, CCNC-CC 200 Stovall Street, 11th Floor Alexandria VA
22332-0001
US
: