This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quote is being requested, and a separate written solicitation will not be issued. Combined synopsis/solicitation N6134026R0011 is issued as a Commercial Solicitation and incorporates the provisions and clauses in effect from regulations posted to https://www.acquisition.gov/ inclusive, but not limited to, Federal Acquisition Circular (FAC) number 2025-06.
This procurement is being solicited on a Sole Source basis with an associated NAICS code of 561920, PSC of R499 and a size standard of $20,000,000.00.
(Please see attachments for FULL Combined Synopsis/Solicitation Documents (N6134026R0011): Brief Description of the requirement:
This Commercial Solicitation sets forth the requirement for drayage, equipment, carpet, exhibit structures and material for the Interservice/Industry Training, Simulation and Education Conference (I/ITSEC) held 1 December 2025 through 4 December 2025 at the Orange County Convention Center (OCCC). The Expo Group is the exclusive source for providing drayage, equipment, carpet, exhibit structures and material rentals a sole source purchase order to The Expo Group in the form of a Firm Fixed Price Contract and the anticipated award date is NLT 24 November 2025.
This work will be provided for all associated Government booths (149, 249, 1233, 1239, 1333, 1339, 2135). The services shall be provided from 26 November 2024 through 6 December 2024. The work includes installation and removal of the equipment, carpet, exhibit structures and material rental for Government exhibits. Drayage service shall be provided for government equipment that is shipped directly from its origin to the OCCC and for government equipment that is loaded onto semi-trailers rented from the vendor. The semi-trailer shall be dropped off by the vendor at the designated locations identified below. The government will load the trailers with the government equipment. The vendor shall pick up the trailers and deliver them to the OCCC on the designated dates.
The Government will contract for the rental option of one semi-trailers. The following is the schedule for delivery and pickup for the rented semi-trailers. There is some flexibility for some of these dates. Changes to the below dates can be coordinated by and agreed to by the vendor and the Government. These changes can be transmitted by phone or email:
Trailers 1:
- Location of delivery: Naval Support Activity 12211 Science Drive Orlando Florida 32826
- Date of delivery Trailer 1 to NSA: November 25th, 2025 (option)
- Date of pickup Trailer 1 from NSA: November 25th, 2025 (option)
- Date of re-loading Trailers 1 at OCCC: December 4th, 2025 (option)
- Date of delivery Trailers 1 to NSA: December 10th, 2025 (option)
- Date of retrieval Trailers 1 from NSA: December 10th, 2025 (option)
The contractor shall provide all labor, management, tools, material, and equipment necessary to complete the required drayage services. The drayage services will be executed in accordance to the local safety and operational codes and in a manner that shall maintain a safe facility condition and present a clean, neat and professional appearance.
The Expo Group shall provide a list of their personnel attending the site visit to Mr. Collins at email: calvin.n.collins.civ@us.navy.mil. The Expo Group will provide a completed SECNAV Form 5512 for each driver delivering/picking up I/ITSEC trailers. The SECNAV Form 5512 will authorize the local security forces to run a required background check. Completed forms and supporting documentation shall be received no later than 12:00 PM (EST) November 24h, 2025. NSA Orlando security forces will notify Mr. Collins of all approved/unapproved individuals for access to NSA Orlando.
DAY OF TRAILER DELIVERY/PICK-UP INSTRUCTIONS:
- "Drivers shall enter Naval Support Activity (NSA) Orlando at the Science Gate entrance located at 12211 Science Drive, Orlando FL 32826. All drivers must be approved for access prior to arrival; proper coordination shall be made with Mr. Collins.
- Any visitors arriving in commercial vehicles (any vehicle with company branding) must first stop at the Commercial Vehicle Inspection Station (CVIS) adjacent to the roundabout located immediately before the Science Gate entrance. Vehicle inspectors will clear the vehicles and direct each driver upon completion.
- Each visitor will require two (2) approvals for access - a Facility Access Request System (FARS) (entered by Mr Collins from driver information provided by The Expo Group) approval and an approved background check.
- The Expo Group shall provide a list of all drivers needing access to NSA Orlando to Mr Collins. Each driver visiting the site shall provide their full given name to be entered into the FARS. Each driver will have a unique approval in the FARS. Any driver without approval will not be granted access.
- All drivers shall arrive with valid identification so the local security forces can confirm their identity and match it to the approved access in the FARS. All vehicle drivers must have a valid and current driver's license, vehicle registration, and proof of insurance to be granted access through the Science Gate.
Quote is due, no later than 18 November 2025 @ 4:00pm (EST), and shall be accepted only by the Contract Specialist, Nicole Fosmoe via email at nicole.d.fosmoe.civ@us.navy.mil . In addition to the information requested to substantiate technical acceptability, responses must include the name, address, telephone number of the Offeror, business type, cage code and the TAX ID Number. Data designated as proprietary by the Offeror will be treated as such.
The Provision at FAR 52.212-2, Evaluation- Commercial Products and Commercial Services, does not apply. This effort will be sole source negotiated with The Expo Group.
** Please see attched documents: Combined Synopsis/Solicitation and Attachments (1) Statement of Work (SOW), (2) Performance Work Statement (PWS), (3) Quad Booth Layout, (4) Army Layout, and (5) USAF Layout for fully detailed outlines and descriptions of the requirements for this SAP buy for the EXPO GRP. **