Conference Space in Washington, DC. for the USCG 24th Annual Multilateral Maritime Counter Drug Summit
This is a combined synopsis/solicitation competition utilizing FAR Parts 12 and 13 for Simplified Acquisition Procedures. Please see the attached document for the solicitation, statement of work, and ... This is a combined synopsis/solicitation competition utilizing FAR Parts 12 and 13 for Simplified Acquisition Procedures. Please see the attached document for the solicitation, statement of work, and clauses. The U.S. Coast Guard (USCG) invites your company to submit a quote for contractor services for an event to be held in Washington, D.C., in June 2019. Specifically the USCG is looking for conference space, parking spaces, conference A/V equipment, and tea and coffee (light refreshments) services for its 24th Annual Multilateral Maritime Counter Drug Summit (MMCDS). The MMCDS will attract a large group of counter narcotics professionals from nearly 25 countries. The conference space must be in DC area and must be convenient to lodging locations. The USCG requires meeting/gathering space for presentations, networking, international cooperation discussions, and a social engagement. The Contractor shall provide all supplies and services for conference space and food services to accommodate approximately 175 attendees, 85 of which are foreign nationals. The contractor shall provide fully furnished conference facilities, including audio/visual equipment, office equipment, Wi-Fi/Internet service, and onsite support. Conference space must be large enough for all attendees as well as translation equipment for the summit (this is not being procured as part of this requirement). This is a full and open competition. EVALUATION METHODOLOGY: Quote shall be evaluated on a best value basis. The Government shall evaluate the quotes provided for the best value. BASIS FOR AWARD: In accordance with FAR Part 13.106-2(b)(3) the USCG shall not establish a formal evaluation plan or scoring method and quotes may be evaluated comparatively against one another, not just against the standards established in this solicitation. Also in accordance with FAR Part 13.106-1(a)(2), the relative importance assigned to each factor is not required. The evaluation factors shall not be weighted and the USCG reserves broad discretion in evaluating the quotes; detailed technical evaluations with adjectival ratings shall not be used. The Government intends to evaluate quotes and award a single contract without clarifications with Offerors, if possible. Therefore, each initial offer shall contain the Offeror's best terms from a technical and price standpoint. However, the Government does reserve the right to conduct clarifications if it is determined necessary by the Contracting Officer. The Government reserves the rights to conduct clarifications with one, some, or all Offerors if the Government determines this to be in the best interest of streamlining this procurement. The Government may reject any or all offers if such action is in the public interest; accept other than lowest offer; and waive informalities and minor irregularities (including minor pricing irregularities) in offers received. The following shall be considered during the evaluation and are thus the evaluation factors: A) The location of conference space (must be within the DC area and must be within a convenient location to lodging spaces - this solicitation does not directly solicit for lodging for the conference attendees); B) The available dates of conferences space (the USCG prefers 11-13 June 2019, but shall also accept 18-20 June 2019 or 4-6 June 2019); C) Space and capability considerations (such as the size of the area, parking availability, the A/V equipment, etc., which may include a site visit from the USCG to inspect the conference space); and, D) Price. Please see the attached document for the solicitation, statement of work, and clauses. RESPONSIBILITY DETERMINATION AND SAM AVAILABILITY: In order to be considered acceptable for award, your company must be listed in the System for Award Management (www.sam.gov). Those who provide quotes but are not listed in the System for Award Management shall be considered technically unacceptable and not eligible for award. Please provide your DUNS number in your quote so the Government can confirm your entry in the System for Award Management (as well as other systems [if used, as this shall be optional by the discretion of the Government] such as CPARS to check responsibility). If your company cannot be determined to be responsible then you may not be eligible for award. QUOTE CONTENTS: Section 1: Capability Statement or Additional Documentation Your quote shall include content that contain your best quote for providing the services. The USCG shall evaluate the contents in accordance with the above and may visit the site. Enough information must be provided to ensure that your services meet the specifications of the requirement. Please see the attached document for the solicitation, statement of work, and clauses. Section 2: Price The pricing section shall contain pricing information that clearly breaks down the prices for the service. UNSUCCESSFUL OFFEROR LETTERS: Unsuccessful offeror letter shall NOT be sent out as a result of this solicitation and award. Your company may request an unsuccessful offeror letter, but must request it in the same email that your company submits quote. QUOTATION SUBMISSION INSTRUCTIONS: Please submit your quote to Contracting Officer James Robinson at James.R.Robinson@uscg.mil on or before 3PM ET, on 03/06/2019. This RFQ does not represent authorization to award or to proceed with the subject effort, nor does it represent a promise of future direction to proceed. Offerors are solely responsible for this RFQ's submission costs even if this RFQ is canceled in its entirety and RFQ preparation costs shall not be reimbursed in any way. QUESTIONS: Any questions or concerns regarding any aspect of this RFQ shall be forwarded to the Contracting Officer, James Robinson, via email at James.R.Robinson@uscg.mil on or before 12PM Noon ET, on 02/28/2018. Questions shall be answered via an amendment to the solicitation. Please see the attached document for the solicitation, statement of work, and clauses.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »