Request for Quote (RFQ) No. HT942525R0006 - USAMRDC FY25 FALL STRATGIC OFFSITE (FSO)
ID: HT942525R0006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)ARMY MED RES ACQ ACTIVITYFORT DETRICK, MD, 21702, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF CONFERENCE SPACE AND FACILITIES (X1AB)
Timeline
    Description

    The Department of Defense, through the U.S. Army Medical Research and Development Command (USAMRDC), is soliciting quotes for the FY25 Fall Strategic Offsite (FSO) event scheduled from November 12 to 15, 2024, in Manchester, New Hampshire. The procurement seeks a facility that can accommodate 60 attendees, providing meeting room space, audio/visual support, and food and beverage services, while ensuring compliance with safety protocols. This event is crucial for facilitating collaborative discussions among USAMRDC leadership and staff regarding military medical research strategies. Interested contractors must submit their quotes by October 30, 2024, and can direct inquiries to Alana M. Sowers at alana.m.sowers.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quotes (RFQ) issued by the U.S. Army Medical Research and Development Command (USAMRDC) for a Fiscal Year 2025 Fall Strategic Offsite event. The RFQ invites bids for services including meeting room space, audio/visual support, and food and beverage for 60 personnel in Manchester, NH, scheduled from November 12 to 15, 2024. Quotes are due by October 30, 2024. Key points of the RFQ include: - NAICS Code 531120 with a small business size standard of $27.5 million. - The contract type is Firm Fixed Price, with electronic submissions to a designated contact. - A technical evaluation will determine the lowest price that meets the required specifications, with a focus on acceptable technical capability. - Submission must include a capabilities statement, proposed pricing sheet, and certifications. The RFQ emphasizes the importance of compliance with specified clauses and the need for offerors to demonstrate their alignment with the performance work statement to secure the contract, which is expected to be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method.
    The U.S. Army Medical Research and Development Command (USAMRDC) is seeking a facility for its FY25 Fall Strategic Offsite (FSO) scheduled from November 12 to 15, 2024, in Manchester, NH. The primary objective is to support an event that brings together USAMRDC leadership and staff for collaborative discussions on current operations and future strategies, with a focus on military medical research. Key requirements include accommodating 60 attendees with multiple meeting spaces, audio/visual support, and food and beverage services throughout the event. The facility must be within a five-minute walking radius of downtown Manchester and local lodging arrangements. It will also be responsible for compliance with safety protocols, including COVID-19 regulations. The contract emphasizes non-personal services, direct communication between the USAMRDC and the contractor, and a tax-exempt status for the services provided. Overall, the document outlines the logistical and operational specifications necessary for a successful FSO, reflecting a structured approach typical of government RFPs aimed at securing comprehensive service support for federal activities.
    The document outlines price quotations for food and beverage services, meeting room space, and audio/visual (A/V) support for an upcoming event scheduled from November 12 to November 15, 2024. The pricing structure is categorized into three Contract Line Item Numbers (CLINs): CLIN 0001 for food and beverage, CLIN 0002 for meeting room space, and CLIN 0003 for A/V support. For food and beverage, the schedule includes breaks, lunches, dinners, and a snack station across multiple days, with an expected attendance of 60 participants. The meeting room space pricing includes various rooms for general sessions and breakouts over the same period. A/V support is required daily throughout the event. The total cost for each CLIN is underscored as an important aspect of the proposal, with placeholders for exact pricing yet to be filled in. This pricing sheet is crucial for government RFPs as it details the essential event logistics, portraying how agencies will manage and allocate resources for the event, ensuring compliance with federal budgeting and procurement regulations.
    The document outlines the Organizational Conflict of Interest (OCI) guidelines for the U.S. Army Medical Research and Development Command (USAMRDC) concerning RFQ # HT942525R0006 for FY25 Fall Strategic Offsite. It categorizes service procurements into three OCI categories: (1) Program and/or Administrative Support, (2) Program Management Support, and (3) Product Support, each defining risks of conflicts based on access to sensitive information. The primary goal is to inform prospective Offerors about these categories to prevent unfair competitive advantages. USAMRDC stipulates specific eligibility criteria for Contractors based on their work experience within these categories. If a Contractor seeks to bid on a new category after having worked in another, they must conduct a comparative analysis on potential conflicts and submit a mitigation plan if necessary. This policy aims to ensure fair competition among contractors while safeguarding against conflicts that could impair objectivity or result in biased outcomes. Ultimately, it mandates Contractors to certify their OCI status and outlines consequences for non-compliance, reinforcing accountability in the bidding process.
    The document outlines a Non-Disclosure Agreement (NDA) for employees and subcontractors associated with a contractor working for the U.S. Army Medical Research and Development Command (USAMRDC). It establishes the contractor's obligation to protect sensitive information acquired during the contract, which may include proprietary business, technical, financial, and procurement details. The NDA prohibits unauthorized use or disclosure of information, emphasizing the potential legal consequences of breaching these obligations. It specifies exceptions where information may not be protected, such as when it is public knowledge or disclosed with written consent. The importance of informing potential future employers about the NDA is also highlighted. Overall, the NDA serves as a legal framework to safeguard the integrity of sensitive government and contractor information during project execution, reflecting the broader need for confidentiality and security in government contracting processes.
    The document primarily outlines the Offeror Representations and Certifications required in the context of federal contracts, particularly regarding commercial products and services. It details definitions relevant to small businesses, including types such as economically disadvantaged women-owned, service-disabled veteran-owned, small disadvantaged, and women-owned small businesses. The document emphasizes the necessity for offerors to complete representations electronically in the System for Award Management (SAM) and provides steps for those not yet compliant. Specific representations address prohibited activities, including the use of forced or indentured child labor, engagement in restricted business operations in Sudan, and the submission of foreign end products. It details certifications required to comply with various regulations, including Buy American provisions and the prohibition of contracting with entities associated with sensitive technologies or telecommunications equipment that could pose security risks. The document also outlines various certifications regarding previous contracts, responsibility matters related to federal tax liabilities, and the ethical obligations of companies regarding waste, fraud, and abuse reporting. Ultimately, this document serves as a comprehensive guideline for offerors seeking to engage in government contracts, ensuring adherence to legal, ethical, and operational standards.
    Similar Opportunities
    November Strategic Offsite
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Media Activity (DMA), is soliciting proposals for a Women-Owned Small Business (WOSB) contract to provide event space for a 4-Day Strategic Planning Offsite scheduled for November 18-21, 2024. The procurement requires a large room capable of accommodating 30 personnel, equipped with essential technological amenities such as extension cords, a laser projector, sound system, projection screen, and catering services for breaks and lunch, all within proximity to Baltimore/Washington International Airport (BWI). This opportunity is significant as it aims to foster competition among qualified vendors while prioritizing WOSB participation, aligning with federal small business contracting objectives. Interested vendors should submit a technical capability statement and detailed price quote, with evaluations focusing on technical acceptability and pricing, and can contact Nicole R. Dorsey at nicole.r.dorsey.civ@mail.mil or 443-679-0192 for further information.
    RFI-Transportable Patient Biocontainment, Isolation, and Quarantine Systems
    Active
    Dept Of Defense
    The U.S. Department of Defense seeks innovative solutions for its Joint Project Manager for Chemical, Biological, Radiological, and Nuclear Protection (JPM CBRN Protection) program. The requirement is for transportable biocontainment, isolation, and quarantine (BIQ) systems, or components thereof, to be used across various platforms such as ships, aircraft, wheeled vehicles, and field deployable systems. These systems are crucial in preventing the spread of biological threats and addressing public health emergencies. Modularity, scalability, and compatibility with existing healthcare infrastructure are key attributes the government seeks, along with strict adherence to safety and quality standards. The focus is on finding deployable and sustainable solutions to contain hazardous pathogens, with the potential for multiple system applications across different platforms. An upcoming Innovation Day on October 9th, 2024, will provide an opportunity for interested parties to discuss their technologies and gain a deeper understanding of the government's requirements. Per the request, responses must be submitted via email to Brian Liska at brian.liska@usmc.mil by November 8th, 2024, at 5:00 p.m. EST. The contact email is brian.liska@usmc.mil, and further details can be found on the SAM.gov website.
    DHA Vendor Day Remaining schedule For 2024
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEFENSE HEALTH AGENCY (DHA): DHA Vendor Day Remaining schedule For 2024 The Department of Defense's Defense Health Agency (DHA) has announced the remaining schedule for the MHS Vendor Day events at Fort Detrick in 2024. These events aim to showcase and demonstrate various services and items related to healthcare and operational needs. The upcoming Vendor Day events are as follows: June 26, 2024: Vendor Day Focused on Automation Guided Vehicles (Robot Carts) Demo. This event will provide an opportunity to learn about and experience automation guided vehicles, specifically robot carts. Sign-up for this event can be done through the provided link: Eventbrite Link. September 25, 2024: Vendor Day Focused on First Responders. This event will focus on services and items relevant to first responders. Sign-up for this event can be done through the provided link: Eventbrite Link. October 30, 2024: Vendor Day Focused on Operational/Hospital Radiology Systems Demo. This event will showcase operational and hospital radiology systems. Sign-up for this event can be done through the provided link: Eventbrite Link. December 4, 2024: Vendor Day Focused on Oxygen Generation for Hospitals/Operational. This event will highlight oxygen generation systems for hospitals and operational purposes. Sign-up for this event can be done through the provided link: Eventbrite Link. For any questions or further information, interested parties can contact the DHA Vendor Day Inbox at dha.ncr.DHA-Med-Log.mbx.dha-vendor-day@health.mil or reach out to Steve Burrows at Judson.s.burrows.civ@health.mil.
    Request for Information (RFI) for ENTERPRISE COMMAND LEADERSHIP FORUM
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is issuing a Request for Information (RFI) to identify potential vendors for hosting an ENTERPRISE COMMAND LEADERSHIP FORUM for approximately 350 senior leaders in the Washington, DC metro area, with possible venues in Norfolk, VA. The RFI seeks information on facilities that can provide onsite lodging, meeting spaces equipped with audiovisual equipment, and additional amenities for forums scheduled in Spring (February 25-27 or March 4-6, 2025) and Fall 2025. This initiative is crucial for facilitating high-level discussions among senior leaders, and responses will inform future acquisition decisions, although this RFI does not guarantee a contract or funding. Interested parties should direct inquiries to Ashley Briseno at ashley.m.briseno.civ@us.navy.mil.
    2024 NYC Veterans Week Event Accommodations
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Marine Corps (USMC), is seeking qualified contractors to provide accommodations and conference space for the 2024 NYC Veterans Week events, scheduled from November 6 to November 13, 2024. The requirements include securing a 4-star rated hotel that can offer 35 double rooms and 15 single rooms on a separate floor for General Officers, along with a conference room capable of hosting approximately 25 personnel, equipped with necessary meeting technology. This procurement is crucial for supporting the annual Veterans Day Parade and a commissioning ceremony for the USS John Basilone, highlighting the importance of honoring veterans during this significant week. Interested vendors are encouraged to submit their capabilities statements and feedback by October 18, 2024, to Heaven Onley at heaven.j.onley.civ@usmc.mil, with no funding currently associated with this Request for Information (RFI).
    DOD USAMRDC FY23-FY27 BROAD AGENCY ANNOUNCEMENT for Extramural Medical Research Department of Defense Dept. of the Army -- USAMRAA
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE DEPT OF THE ARMY is seeking extramural research and development ideas for medical research. The USAMRDC aims to provide solutions to medical problems for the American Service Member and the general public. This BAA solicits basic and applied research projects to advance medical science and technology. The selection process is highly competitive, and submissions are accepted throughout a 5-year period. Pre-proposals must be submitted through the electronic Biomedical Research Application Portal (eBRAP), and invited full proposals must be submitted through Grants.gov.
    Hybrid Conference Venue
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking proposals for a hybrid conference venue to host the 2025 Industry Day for the Program Executive Office for Integrated Warfare Systems (PEO IWS). The procurement requires a firm fixed-price contract for managing the venue over one business day, accommodating 400 to 500 attendees, and providing necessary audiovisual technology and professional presentation support. This opportunity underscores the importance of maintaining high professional standards for significant industry events while ensuring compliance with federal, state, and local laws. Interested vendors must submit their quotations electronically by the specified deadline and can contact Remy Oshiro at remy.s.oshiro.civ@us.navy.mil or 951-393-5689 for further information.
    Armed Forces Career Center Manchester NH
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking lease proposals for approximately 3,600 square feet of commercial office space in Manchester, New Hampshire, to support the Armed Forces Career Center. The space must be located within a ¼ mile radius of 1525 South Willow Street and must include a secondary egress and adequate parking for approximately 15 government vehicles, both during the day and overnight. This procurement is crucial for ensuring suitable facilities for military recruiting operations, reflecting the government's commitment to providing effective support for its personnel. Proposals are due by 5:00 PM on October 25, 2024, and interested parties should contact Marcia Marques at marcia.marques@usace.army.mil or Josh Mulvey at joshua.e.mulvey@usace.army.mil for further information.
    FY25 Drug Testing Supply Equipment
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command, is soliciting quotes for the supply and delivery of Trade Agreement Act (TAA) compliant drug testing supplies to support the Military Intelligence Readiness Command (MIRC) for Fiscal Year 2025. The procurement includes essential items such as urine specimen bottles and specimen cups, which are critical for the Alcohol Substance Abuse Program aimed at maintaining soldier readiness and well-being. The contract will be awarded as a Firm-Fixed Price (FFP) agreement, with a delivery requirement of 90 business days from the contract award date. Interested vendors must submit their quotes by 10:00 AM EST on October 25, 2024, and can contact Zachary Shifrinson at zachary.h.shifrinson.civ@army.mil or Stephanie Kless at stephanie.g.kless.civ@army.mil for further information.
    HDCSO Hotel Lodging FY25 - FY29
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking local hotels to provide lodging services for government personnel at Fort Leonard Wood, Missouri, from November 29, 2024, to November 28, 2029. The procurement aims to establish Blanket Purchase Agreements (BPAs) for fully furnished hotel accommodations when on-post lodging is unavailable, ensuring compliance with health and safety standards while maintaining a maximum nightly rate of $110. This initiative is crucial for supporting military personnel during in-processing and training, with a total estimated contract value of $8.5 million and individual orders capped at $2.5 million in the first year and $1.5 million in subsequent years. Interested hotels must be registered with SAM.gov and can contact Maria-Elisa Trinidad at maria-elisa.trinidad.civ@army.mil or Alfreda M. Dupont at alfreda.m.dupont2.civ@army.mil for further details.