Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2004 FBO #1020
SOLICITATION NOTICE

X -- Conference Meeting Package

Notice Date
9/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
721199 — All Other Traveler Accommodation
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
NFFKP-4-24
 
Response Due
9/23/2004
 
Archive Date
10/8/2004
 
Point of Contact
Gina Lee, Secretary, Phone 301-713-0820 x208, Fax 301-713-0806, - Gina Lee, Secretary, Phone 301-713-0820 x208, Fax 301-713-0806,
 
E-Mail Address
gina.e.lee@noaa.gov, gina.e.lee@noaa.gov
 
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 in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number NFFKP-4-24 is being issued as a request for quotation. This acquisition is being solicited under full and open competition. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Office of Protected Resources will host the John H. Prescott Marine Mammal Stranding Response Grant Program (the Prescott Program) requires a meeting facility for holding the East and West Coast Panel Review meetings in Lansdowne, Virginia on October 4-8, 2004. This solicitation is for the services of a conference and meeting facility to provide an inclusive Government Meeting Package (lodging rooms, meeting rooms, audio visual, internet capability, provide computers for internet access, word processing and printing, on-site meals (for overnight guests only) that will accommodate approximately 55 attendees to the panel meeting. Please note that a block of approximately 55 sleeping rooms will be needed for four nights at the Federal Government per diem rate for the Washington, D.C. metro area, beginning October 4, 2004. These rooms will be handled directly by the attendees. The conference and meeting facility must provide accessible facilities under the American Disabilities Act, must be FEMA approved and must meet the following requirements: 1) Availability of conference and meeting facilities on the specified dates of October 5-8, 2004; 2) Location of the facility must be in the Washington Metro Area; 3) Provide general session meeting room for 60 attendees, set up in classroom style. Provide one standing podium with microphone located to the right of the head tables, at the front of the meeting room; 4) Provide 6 smaller breakout rooms (capacity: 10-15 people each) and 1 office room; 5) Provide audio/visual support (overhead projector package with screen, flip chart with markers, podium with microphone. Meeting rooms must have audio/visual and internet capability. Facility should also provide computers for internet access, word processing, and printing. Evaluation factors include the following: Location ? facility location in the Washington Metro Area; Approach ? The likelihood of effectively meeting requirements; Past Performance ? Experience with large government training conferences; and Price ? Inclusive Government Meeting Package. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-10. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation ? Commercial Items ? The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) location, (ii) approach, (iii) past performance, (iv) price; FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items ? Offerors must include a completed copy of Offeror Representations and Certifications along with the offer; FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans for the Vietnam Era; 52.232-1, Payments; 52.232-34, Payment by Electronic Funds Transfer ? Other then Central Contractor Registration; 52.232-39, Submission of Electronic Funds Transfer Information with Offer; 52.249-2, Termination for Convenience of the Government (Fixed Price)(Short Form). All responsible sources that can meet the requirements and provide the items as listed above may respond to this solicitation by submitting a cost proposal on company letterhead along with capabilities information (location, guest amenities, banquet/meeting facilities, a/v equipment and services, dining options, terms and conditions, pre-existing conference/meeting packages, and comparable past performance) addressed to Gina E. Lee, Purchasing Agent, National Oceanic & Atmospheric Administration, 1305 East West Highway, Suite 7604, Silver Spring, Maryland 20910, to be received no later than September 23, 2004. Responses can also be faxed to (301) 713-0806 or emailed to Gina.E.Lee@noaa,gov.
 
Record
SN00668629-W 20040911/040909211759 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.