Exhibition Booth Services

SOL #: 6923G526Q0032Combined Synopsis/Solicitation

Overview

Buyer

Transportation
Great Lakes St Lawrence Seaway Development Corporation
6923G5 GREAT LAKES ST LAWRENCE SWY DEV. CORP.
MASSENA, NY, 13662, United States

Place of Performance

Miami, FL

NAICS

Convention and Trade Show Organizers (561920)

PSC

Other Management Support Services (R799)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 17, 2026
2
Last Updated
Mar 3, 2026
3
Submission Deadline
Mar 6, 2026, 7:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of Transportation's Great Lakes St. Lawrence Seaway Development Corporation (GLS) is soliciting quotes for Exhibition Booth Services. This Total Small Business Set-Aside opportunity requires comprehensive support for a government-owned tradeshow exhibit booth, including storage, transport, installation, and maintenance. Quotes are due March 6, 2026, at 2:00 PM EST.

Scope of Work

The contractor will provide all labor, supervision, equipment, materials, transportation, coordination, and administrative support for a government-owned tradeshow exhibit booth. Key tasks include:

  • Exhibit Management: Secure, climate-controlled storage (approx. 493 cubic feet, 3,500 lbs) and inventory control.
  • Logistics: Coordinate pickup from Orlando, FL, and transportation to the contractor's facility. Manage transport, installation, and dismantling for the annual Seatrade Cruise Global tradeshow in Miami, FL.
  • Tradeshow Support: Coordinate with the Miami Beach Convention Center and service providers. Arrange for electrical, hanging sign labor, furnishings (e.g., 2 high top tables, 6 high stools), flooring (20'x20' blue carpet), audio/visual equipment (e.g., 42" & 50" monitors), and cleaning services.
  • Compliance: Manage show paperwork, online service orders, and comply with venue/union labor requirements (Freeman unionized labor for hanging signs and electrical).
  • Maintenance: Inspect the exhibit, provide condition reports, and perform authorized repairs/updates.
  • Project Management: Designate a single point of contact and attend a kick-off meeting within 5 days of contract award.

Contract Details

  • Contract Type: Firm Fixed Price (FFP) under FAR Part 12 and FAR Part 13.
  • Period of Performance: A 12-month base year (March 20, 2026 – March 19, 2027) and two (2) 12-month option years.
  • Place of Performance: Contractor's facility and the Seatrade Cruise Global Conference in Miami, FL.
  • Set-Aside: Total Small Business Set-Aside.
  • NAICS Code: 561920 - Convention and Trade Show Organizers, with a small business size standard of $20.0 million (updated by amendment).
  • PSC: R799 - Other Management Support Services.
  • Wage Determination: Subject to Service Contract Act (SCA) Wage Determination for Dade County, FL.

Submission & Evaluation

  • Evaluation Method: Lowest Price Technically Acceptable (LPTA).
  • Technical Evaluation: Proposals must meet RFQ and PWS characteristics to be deemed "acceptable." The Technical Response (max 15 pages) must demonstrate ability to meet PWS requirements and include a project plan, without price information.
  • Past Performance Evaluation: Assessed based on performance within the last three years, rated "Acceptable," "Unacceptable," or "Neutral." Past Performance Response (max 3 pages) requires specific contract details.
  • Award: Will be made to the lowest priced, technically acceptable offeror with satisfactory past performance.
  • Required Documents: Cover letter, acknowledgment of amendments, SAM.gov registration statement, Technical Response, Past Performance Response, and Attachment B - Pricing Sheet.
  • SAM.gov: Offerors must be registered and have an active SAM.gov registration at the time of closing.

Key Dates & Contact

  • Questions Due: February 27, 2026, 2:00 PM EST.
  • Quotes Due: March 6, 2026, 2:00 PM EST.
  • Submission: All questions and quotes must be sent via email to Chora Snyder (chora.snyder@dot.gov).
  • Contact Phone: 315-764-3206.

Attachments

  • Attachment A_PWS.pdf: Details the Performance Work Statement.
  • Attachment B_Pricing Sheet.xlsx: Required for submitting pricing for base and option years, including NTE for repairs.
  • Attachment C_SCA Wage Determination.pdf: Provides required minimum wage rates and fringe benefits.
  • Attachment D_Exhibit Photos.pdf: Visual reference of the exhibit.

People

Points of Contact

Chora SnyderPRIMARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Mar 3, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Feb 19, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Feb 17, 2026
View