Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2003 FBO #0573
SOLICITATION NOTICE

R -- ONR International Workshop on Bioterrorism and Related Emerging Infectious Disease Conference

Notice Date
6/23/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Office of Naval Research, ONR, CODE ONR-02 800 N. QUINCY ST. Rm 704, Arlington, VA, 22217
 
ZIP Code
22217
 
Solicitation Number
N00014-03-R-0019
 
Response Due
7/2/2003
 
Archive Date
7/17/2003
 
Point of Contact
Wade Wargo, Sr. Contract Specialist, Phone 703-696-2574, - Susan Sutherland, Branch Head ONR Code 251, Phone 703-696-4601,
 
E-Mail Address
wargow@onr.navy.mil, suthers@onr.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial 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. This solicitation, N00014-03-R-0019, is issued as a Request for Proposal (RFP). This acquisition is a Total Small Business Set Aside in accordance with FAR 13.003(b)(1). The applicable NAICS Code is 561990 with a size standard of $6M. The resulting award will be done under Simplified Acquisition Procedures as a Firm-Fixed-Price Purchase Order and will have a period of performance of 6 months. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14 and DFARS Change Notice 20030603. Under this solicitation, the Office of Naval Research requires conference planning and coordination services to support the ONR International Workshop on Bioterrorism and Related Emerging Infectious Disease Conference to be held in Cuernavaca, Mexico, September 29- October 3, 2003 at the Mission del Sol Hotel. Participants will include 40 third nation attendees, 10 U.S. support staff, 10 Mexican participants and 20 U.S. attendees. Attendance is expected to be 80 persons for the entire five-day period. It is expected to be a five-day, four-night event designed to encourage dialogue and collaboration between Latin American Ministries of Health and Defense, academic and military scientists, along with U.S. Government and scientific counterparts on this topic. Through sharing information on pathogens, diagnosis, surveillance and response to these threats ONR hopes to strengthen public preparedness, disaster management and response, and foster research and collaborative relationships. A planning meeting at the Mission del Sol Hotel will be held before the planned conference dates. The pre-meeting services will include the expenses associated with a one-day on-site meeting at the Mission del Sol Hotel. The contractor will be responsible for the costs of a meeting room for 6 to 8 people and audiovisual equipment for one day. The contractor will arrange for conference facilities at the Mission del Sol Hotel with the following characteristics: conference hall to hold at least 100 people, common area for breaks, two translation booths, and a separate breakout room for speakers before they make their presentations. All of the facilities requirements should be made available for the entire conference. Any audiovisual equipment that is not provided by the conference facilities should be provided by the contractor for this effort. This would include two large (>48?) projection screens; two laptop computers; two overhead projectors; laser pointer and public address system. Lodging for all attendees will be paid by ONR through a separate award. However, the contractor shall provide information to attendees on local hotels with reduced rates, if requested. For the conference, the contractor will arrange the catering for all attendees to include four breakfasts, four lunches, three dinners and a welcoming reception. All other meals during the five-day period will be the responsibility of the individual attendee. The Contractor will reimburse up to $600 in airfare expenses for the 40 3rd nation participants. The Contractor should arrange for transportation for all 80 participants from Mexico City to Cuernavaca and the return. The contractor will collect registration forms, collect registration fees (at an amount yet to be determined), and issue receipts. The conference fee will be collected from all U.S. Government/U.S. support staff attendees (30) to reimburse the contractor for those attendee?s share of the food/catering and travel costs between Mexico City to Cuernavaca. It is expected that this registration fee will be collected for up to five (5) additional attendees (out of the remaining 80 attendees). As such, the contractor should not include catering/food costs or travel costs between Mexico City to Cuernavaca for 35 of the 80 participants in its proposed price. All other travel costs for U.S. Government/U.S. support staff attendees will be covered directly by their agency/command or government contracts. Air fare purchased under this award must be coach fares. Mexican participants will be responsible for arranging and paying their own airfare costs. Contractor will be responsible for interacting with Naval Medical Research and Development Command Detachment Staff (NMRDC) from Lima and local translators to ensure timely and accurate translation of the written and power point materials, as well as simultaneous translation during the event. Contractor will be responsible for rental of simultaneous translation equipment at the conference site. Translation services will be provided at conference without cost to contractor. Contractor will coordinate the speaker agenda as directed by the Office of Naval Research International Field Office, and communicate with all speakers regarding timelines for presentation materials, as well as the details of travel and lodging for the meeting. Contractor will send out all invitations by email/mail/fax to all 3rd Nation Guests and other government employees and speakers. Contractor will be the point of contact for RSVP and for all logistical questions regarding the conference. Contractor will copy and transport all US meeting materials to the site in Cuernavaca. The contractor will generate and mail a Confirmation/Information package to each participant prior to the conference. The contractor will provide additional materials to each participant upon arrival including a detailed conference schedule, name badges, and handouts. The contractor will provide for the equipment, installation, and dismantling of two (2) registration booths. The contractor shall advertise the conference through the World Wide Web site established by the Office of Naval Research. The contractor will provide ONR the content for the web site, but will not be required to provide any web development services. The contractor will provide for on-site administrative support during the conference. No security clearances will be necessary for this conference. The contractor will complete a post-event report and final lecture transcription. The following Clauses/Provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2000); FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (April 2003), including the following checked clauses in section (b) and (c) of this clause: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995) and Alternate I (Oct 1995); FAR 52.219-8, Utilization of Small Business Concerns (Oct 2000); FAR 52.219-14, Limitations on Subcontracting (Dec 1996); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); FAR 52.222-36, Affirmative Action for Workers With Disabilities (Jun 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); FAR 52.222-19, Child Labor-Cooperation With Authorities and Remedies (Sept 2002); FAR 52.225-13, Restriction on Certain Foreign Purchases (Jul 2000); FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (May 1999); DFARS 252.204-7004, Required Central Contractor Registration (Nov 2001); DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Mar 1998) DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government (Sep 1994); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2003); including the following checked clauses in section (a) and (b) of this clause: FAR 52.203-3, Gratuities (Apr 1984) DFARS 252.225-7012, Preference for Certain Domestic Commodities (FEB 2003); DFARS 252.232-7003, Electronic Submission of Payment Requests (MAR 2003); DFARS 252.243-7002, Requests for Equitable Adjustment (Mar 1998); DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002) and Alternate III (May 2002); DFARS 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000). Offerors must submit with their proposal: 1) Description of the specific services and materials offeror will provide in order to plan and administer the conference; 2) Description of similar work experiences (include contact numbers, name of contracting agency and customer, point of contact name and telephone number); 3) Proposed Price/Cost proposal, which shall itemize all costs proposed and provide quantity/base numbers as well as rates and costs for the following items (if applicable): Direct Labor Costs (with each Labor category and associated hours and rates), Fringe Benefits, Labor Overhead, Travel Costs, Catering/Food Costs, Facility Costs, rental costs of any equipment, G&A, and profit; 4) Completed Offeror Representations and Certifications -- Commercial Items found at FAR 52.212-3 (July 2002), Alternate I (Apr 2002) and DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items (NOV 1995); and 5) A copy of the offeror?s active Central Contractor Registration (www.ccr.gov), which shows the contractor?s registration status, name, address, DUNS number and Cage Code. Offerors will be evaluated based on (in descending level of importance): 1) Applicability/Quality of previous work experiences, 2) Perceived ability to do work effectively based on Offeror?s description of services and materials, and 3) Price The Government will award a firm-fixed-price contract (using Simplified Acquisition Procedures in accordance with FAR 13.5) resulting from this solicitation to the responsible offeror whose proposal conforming to this solicitation will be the most advantageous to the Government, price and other factors considered. Factor (1) and (2) above are substantially more important than price. Although price is substantially less important than the technical factors combined, it will not be ignored. The degree of its importance will increase with the degree of equality of the proposals in relation to the other factors on which selection is to be based, or when the price is so significantly high as to diminish the value of the technical superiority to the Government. Proposals should be received no later than 2:00 p.m. local time 2 JUL 2003 at the following address: Office of Naval Research, Ballston Centre Tower One, Rm. 720 800 North Quincy Street Arlington, VA 22217-5660. Attn: Susan Sutherland, ONR 251 Ref: Solicitation N00014-03-R-0019 No faxed or emailed proposals will be accepted. The award is expected to be made on or before 21 JUL 2003. Questions should be directed to Susan Sutherland at the information listed below. Emailed questions should be sent to both Susan Sutherland and Wade Wargo. Questions received after close of business on 30 JUN 2003 may not be answered. Point of Contact Primary: Susan Sutherland, ONR 251 Branch Head, Phone 703-696-4601, Email suthers@onr.navy.mil Backup: Wade Wargo, ONR 251, Contracting Officer, Phone 703-696-2574, Email: wargow@onr.navy.mil
 
Place of Performance
Address: Contractor's Facility and at Conference (Cuernavaca, Mexico)
 
Record
SN00354889-W 20030625/030623214009 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.