AUSA EXHIBIT BUILD (№2802443)

15 sep

Number: 2802443

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


15-09-2017

Description


AUSA EXHIBIT BUILDSolicitation Number: HQ0013-17-Q-0106
Agency: Other Defense Agencies
Office: Defense Security Cooperation Agency
Location: Directorate of Business Operations (DBO)

Solicitation Number: HQ0013-17-Q-0106

Notice Type: Award

Contract Award Date: September 14, 2017

Contract Award Number: HQ0013-17-P-0114

Contract Award Dollar Amount: $36480.00

Contractor Awarded Name: MKM Event Management, Inc.

Contractor Awarded DUNS: 078373846

Contractor Awarded Address: 1733 Emmons Creek Rd

Kila, Montana 59920-8562
United States

Synopsis: Added: Aug 31, 2017 5:17 pm Solicitation Number: HQ0013-17-Q-0106 Notice Type: Combined Synopsis/Solicitation
(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)This solicitation document, HQ0013-17-Q-0106, is issued as a Request for Quote (RFQ).


(iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. It is the responsibility of the offeror to review the web page for notice of amendments, updates or changes to the solicitation.


(iv) This solicitation is issued under FAR Part 13-Simplified Acquisition Procedures. The Defense Security Cooperation Agency (DSCA) seeks to establish a contract between the DSCA and a contractor capable of providing a rental exhibit, with AV equipment and graphics production for participation in the Association of the US Army"s (AUSA) Annual Meeting in the Walter E. Washington Convention Center, Washington, DC, October 9 - 11, 2017. The North American Classification System (NAICS) code is 561920, size standard is $11 million. Award of this requirement will be in accordance with Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures.


(v) The contractor shall provide an exhibit that shall fit on display floor space of 10 ft x 30ft that includes, at a minimum: exhibit walls and partitions; full- and partial-panel custom graphics production; carpeting, lighting, electrical, and audio-visual support installation-and associated requirements-for a professional presentation and operation; two (2) meeting rooms each of which must accommodate a conference table with at least six chairs; related furniture for a 300 square feet exhibit; and consumables for light refreshments. Contractor will also provide exhibit shipping and installation; exhibit dismantling, tear-down, and disposal; and cleaning during and after event. Contractor will also provide basic graphics support to ensure DSCA provided images are sized appropriately throughout the display to promote the U.S. Department of Defense"s (DoD) Security Cooperation (SC) mission.


(vi) The place of performance is at the Walter E. Washington Convention Center, Washington, DC
(vii) The requirement shall be Firm Fixed Price (FFP).


(viii) All costs for the installation and dismantling of the exhibit and associated support elements should be included in the price of the build.


(ix) Requirements as follows:


Period of Performance 9 - 11 October 2017
Description_____ Qty Unit of Issue Unit Price Amount


CLIN 0001AA - Exhibit Build - 1 Each tiny_mce_marker_______ tiny_mce_marker________


Offerors shall complete the table provided above.


(x) Expected Award Date: The expected Award Date is 11 September 2017.
.


(xi) Required Delivery Date: The required Delivery Date is No Later Than 7 October 2017. The contractor shall install exhibit not later than two days prior to show start date in order to facilitate DSCA project officer set-up and preparation to be completed not later than the close of business the day prior to opening day of show.


(xii) All prices MUST include all applicable fees, gratuities, and service charges.
THE FEDERAL GOVERNMENT IS TAX EXEMPT.



(xiii) Provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition.


(xiv) Provision at FAR 52.252-2, Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition.


(xv) Provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.
(xvi) Instructions to Offerors
a. Offerors shall read the documents of the RFQ completely.
b. Offerors shall submit their proposal in 3 Parts
1. Part I: Exhibit Build and Support
2. Part II: Past Performance
3. Part III: Price
c. Part I shall include:
1. Offerors shall-


a. Provide drawings and/or photograph mock ups of the exhibit build the offeror plans to deliver. The drawings and/or photos shall include the dimensions of storage room/closet; shall note the placement of light fixtures, placement of wall-mounted monitor and dimensions of monitor, the placement of and dimensions of the walk-up kiosk, the placement and dimensions of the welcome/information counter, the dimensions and placement of the one (1) meeting room, to include placement of points of entry.


b. Provide details of security measures the offeror intends to use.


c. Provide details of approach for providing onsite resolution of any issues that may arise.


d. Provide acknowledgment and concurrence to provide items at 6.5.a General Support, of the PWS.

d. Part II shall include: The names of two government agencies for which the offeror has provided the same or similar services. In lieu of government agencies, offerors may provide the names of companies for which the offeror has provided the same or similar services. For each agency/company submitted, offerors shall provide the contract number and point of contact information. Point of contact information shall include:


-Name of point of contact
-Phone number of point of contact
-Email address of point of contact


e. Part III shall include: The quote for each line item.


1. Offerors shall fully complete the price schedule for all Contract Line Items and all Optional Contract Line Items associated with this request for quote, and return.


f. Proposals shall be submitted by 11:30 am EST, on 8 September 2017 to the point of contact listed below. Offerors shall provide a quote using the pricing schedule provided in the statement of work attached to this combined synopsis/solicitation.


g. Proposals shall be submitted to Woodrow Bell via email to: [email protected]. Facsimile submissions will not be accepted.


(xvii) 52.212-2 -- Evaluation -- Commercial Items (Oct 2014).
(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:


1. Minimum Acceptability Standards:
A. The arrangement of the rooms and other features of the exhibit shall be orderly, so that it promotes a professional appearance.
B. All of the design and furniture requirements are represented in the drawings and/or photographic mock ups, to include the dimensions of items, per Instructions to Offerors. Dimensions shall be as detailed in the PWS.
C. Provide acknowledgement of requirements at 6.5.a General Support.
D. Offeror is able to delivery exhibit No Later Than 8 October 2017.
E. The exhibit shall highlight the defense articles and services the U.S. offers to its partners under the scope of the Department"s SC programs;
F. The exhibit shall promote those U.S. foreign policy objectives SC aims to achieve;
G. The exhibit shall represent SC activities across all Military Departments;
H. The exhibit shall appeal with high impact, professional-quality design to portray international security cooperation missions and functions;
I. The exhibit shall include a discussion area to enable DoD SC personnel to engage with visitors and international Distinguished Visitors (DVs) to promote the DoD SC mission and the variety of SC programs; and
J. The exhibit shall have an appropriate plan for determining the amount of power required, for the exhibit.
K. The exhibit shall fit within 300 square feet of space.
L. The exhibit shall provide space for graphics.
M. The exhibit shall provide a meeting room that can accommodate at least 6 people.


2. The awardee shall be selected with the use of Lowest Price Technically Acceptable Source Selection Process.
3. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors.
4. Tradeoffs are not permitted.
5. Proposals are evaluated for acceptability but not ranked using the non-cost/price factors.
6. Exchanges may occur.
7. Non-cost factors: The minimum acceptability standards and Past Performance
8. Past performance: Performance on submitted examples is relevant and acceptable.


9. Price: Cost will be evaluated as follows:


a. The propose prices of all CLINs to include optional CLINs shall be evaluated as part of the price evaluation.
(b) Options. Left Blank Intentionally
(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.
(xviii)Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offers are to include a completed copy.) The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/.


(xix)Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition Addendum to FAR 52.212-4.


(xx)1. Invoicing


WIDE AREA WORK FLOW (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/.


The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly.


Contractor invoices must reflect the contract line times (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted.


WAWF Instructions


an interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988.


THE FOLLOWING CODES AND INFORMATION WILL BE REQUIRED TO ASSURE SUCCESSFUL FLOW OF WAWF DOCUMENTS.


CONTRACT NUMBER: To be determined at time of award
DUNS CODE: To be determined at time of award
ISSUE BY DODAAC: HQ0013
ADMIN BY DODAAC: HQ0013
INSPECT BY DODAAC: HQ0013
ACCEPT BY DODAAC: HQ0013
LOCAL PROCESSING OFFICE DODAAC: HQ0013
PAYMENT OFFICE DODAAC: HQ0347
PAYMENT OFFICE FISCAL STATION CODE: DFAS INDIANAPOLIS


(xxii) Clause at FAR 52.212-5(Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil).


52.203-6 ALT1, Restrictions on Subcontracting Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations;52.219.4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-28, Post Award small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 523222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in persons; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/; 52.233-3, Protest after Award; 52.246-4, Inspection of Services-Fixed Price; 52.252-2, Clauses Incorporated by Full Text (website provided by http://farsite.hill.af.mil).


(xxiii) The following DFAR clauses apply to this acquisition:
DFARS 252.203-7002, Requirement to inform Employee"s of Whistleblower Rights; DFARS 252.203-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A System for Award Management; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items ;252.225-7002, Qualifying Country Sources as Subcontractors; 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Request for Equitable Adjustment. Applicable additional clauses under DFARS 252.212-7001 are as follows:
252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; Gratuities; DFARS 252.232-7003, Electronic Submissions of Payment Requests; 252.247-7023,Transportation of Supplies by Sea.


(xxiv) Other clauses that apply.


52.202-1 Definitions NOV 2013
52.203-3 Gratuities APR 1984
52.203-13 Contractor Code of Business Ethics and Conduct OCT 2015
52.204-3 Taxpayer Identification OCT 1998
52.204-7 System for Award Management OCT 2016
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV2015
52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017
52.232-23 Assignment Of Claims MAY2014
52.242-13
252.204-7012

252.225-7048 Bankruptcy
Safeguarding Covered Defense Information and Cyber Incident Reporting
Export Controlled Items
JUL 1995
OCT 2016


JUN 2013
(xxv)The point of contact (POC) for this acquisition is Woodrow Bell. Woodrow can be reached via email at [email protected] or telephone at (703) 697-8952.


(xxvi)A detailed requirement description is attached.



Please consult the list of

document viewers if you cannot open a file. PWS Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: PWS

Posted Date: August 31, 2017



2017_AUSA_PWS_(Build)_31_Aug_17.pdf (324.13 Kb) Description: PWS



Contracting Office Address: 201 12th Street South
Arlington, Virginia 22202
United States


Place of Performance: Walter E. Washington Convention Center
Washngton, District of Columbia
United States


Primary Point of Contact.: Woodrow W. Bell

[email protected] Phone: 7036978952