CAD/PAD Industry Summit
This is a combined intent to Sole Source, synopsis/solicitation intended to be awarded to College of Southern Maryland, CSM for commercial service items prepared in accordance with the format in Subpa... This is a combined intent to Sole Source, synopsis/solicitation intended to be awarded to College of Southern Maryland, CSM for commercial service 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. The solicitation number for this procurement is 1300776443 and this is a Request For Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, This announcement will be issued as a combined synopsis/solicitation. The anticipated award will be a Firm Fixed Price Contract, the award will be made based on the lowest price. The North American Industry Classification System (NAICS) code is 611210. Room Rental Fees BI114, BI113/113E, BI101, BI103, BI104 dates 4/30/2019, 5/1/2019, and 5/2/2019 AV Equipment Rental Fees' LCD projector, laptop, screen with projection in both BI113 and BI113E (3 days) 1 Lavaliere microphone (3 days) 2 wireless handheld microphones (3 days) 1 Remoted mouse (3 days) Dedicated technician for set up on 4/30, 1-5pm Suggested Source: CSM College of Southern Maryland All items shall be delivered FOB Destination to Indian Head, MD 20640-5070. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.212-5 Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; FAR 52.222-36, Affirmative Action for Workers with Disabilities (Over 15k); Item Identification and Valuation (When Unit Cost of CLIN exceeds 5k); DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests. Points of contact: Contract Specialist/Administrator: CHRISTINA E. SIMPSON, CIV, Telephone: (301) 744-6627 E-Mail: christina.e.simpson@navy.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry (System for Award Management SAM) to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Facsimile and email offers will be accepted. Response Time- Request for Quotation will be accepted at the Naval EOD Technology Division, NSWC IHEODTD, MD 20640-5070 not later than 11:00 a.m. Easter Standard Time on 16 Apr 2019. All quotes must be marked with RFQ number and title. Statement of Work for the Cartridge Actuated Device/Propellant Actuated Device Industry Summit and International Logistics Meeting Space Rental •1.0 BACKGROUND The Cartridge Actuated Device/Propellant Actuated Device (CAD/PAD) Joint Program Office (JPO) is hosting two separate events in 2019. The Industry Summit (IS) provides a conduit to ensure the long-term health and economic competitiveness of the CAD/PAD industry through the dissemination of information and the interfacing of experts from private industry, academia, national labs, and government agencies. This forum provides an invaluable opportunity to discuss new initiatives and recent and emerging requirements. It offers a constructive interchange among contracting officers, acquisition management specialists, financial managers, logisticians, program manager, and business development offices. Ultimately, this conference benefits the warfighter of the future while addressing program and user needs. The International Logistics Meeting (ILM) provides a conduit for attendees to meet with Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD) representatives as well as representatives from Naval Air Systems Command (NAVAIR), Naval Supply Systems Command (NAVSUP), Air Force Materiel Command (AFMC) Headquarters (HQ), AFMC Air Force Life Cycle Management Center (AFLCMC), and the U.S. Army Joint Munitions Command (JMC) to discuss technical, logistical, and support issues with the CAD/PAD program. This is also an opportunity for the program to discuss improvements and changes. •2.0 SCOPE The purpose of this Statement of Work (SOW) is to seek a full service meeting venue. This should include a large meeting room and multiple breakout rooms fitted with the necessary audiovisual and training aid support. The IS and ILM are each two-day events. Setup and testing is anticipated to take half a day and will be conducted the day prior to each event. •3.0 DESCRIPTION OF REQUIREMENTS The Government requires a full service meeting venue with space, equipment, and personnel support to conduct the 2019 CAD/PAD IS in May and 2019 CAD/PAD ILM in June. The requirements are as follows: •3.1 IS •· One large meeting room with seating for 200 guests. This room must have all of the appropriate audiovisual equipment to include a podium and 1-2 lapel microphones for the speakers as well as 2-4 hand-held microphones which can be passed around for guest questions. Additionally, there must be a means by which presentations may be displayed from the host computer system onto a large screen or screens. •· Three 30-person capacity rooms. •· Additional space for small groups of 3-5 persons to meet briefly is desired but not required. •· Wi-Fi connectivity for up to 150 guest devices simultaneously. •· Common areas to set up guest registration and product display stands. •· Table and seating accommodations to support up to 50 additional guests (should the need arise). •3.2 ILM •· One large meeting room with seating for 300 guests. This room must have all of the appropriate audiovisual equipment to include a podium and 2-4 lapel microphones for the speakers as well as 2-4 hand-held microphones which can be passed around for guest questions. Additionally, there must be a means by which presentations may be displayed from the host computer system onto a large screen or screens. •· Eight 30- to 40-person capacity rooms. Each of these rooms must have a means by which presentations may be displayed from the host computer system onto a large screen. •· Three 30-person capacity rooms. •· Additional space for small groups of 3-5 persons to meet briefly is desired but not required. •· Wi-Fi connectivity for up to 250 guest devices simultaneously. •· Common areas to set up guest registration and product display stands. •· Table and seating accommodations to support up to 50 additional guests (should the need arise). •4.0 LOCATION The meeting venue must be located within a 30-mile radius of NSWC IHEODTD (preferably in Charles County, Maryland). Adequate parking for all participants should be available, at no cost, adjacent to the facility or in the immediate surrounding area. All facilities and equipment, including rest rooms, must be fully accessible to individuals with disabilities. The facility shall meet all Americans with Disabilities Act of 1990 requirements.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »