Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2004 FBO #1027
SOLICITATION NOTICE

X -- Meeting Facility for National MPA Center Workshop

Notice Date
9/16/2004
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
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
Reference-Number-NCND0000-4-00124
 
Response Due
9/21/2004
 
Archive Date
10/6/2004
 
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. Solicitation Number NCND0000-4-00124 is 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 Ocean Service (NOS), Office of Ocean and Coastal Resource Management (OCRM) will host an All Hands Workshop for the National MPA Center that will take place on November 30, 2004 through December 2, 2004 for 40-45 participants. The solicitation is for the services of a conference and meeting facility located at a remote location external to Washington, D.C. but within close proximity to Dulles Airport in Northern Virginia. This meeting facility shall provide an inclusive Government Meeting Package (meeting rooms, audio visual equipment, breakfast, light refreshments for morning and afternoon coffee breaks, working lunch and dinner) that will accommodate approximately 45 attendees to this meeting. Please note that a block of sleeping rooms at the Federal Government per diem rate will be needed for all 45 participants from Monday, November 29, 2004 through Thursday, December 2, 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 facility on the specified dates of November 30, 2004 through December 2, 2004;. 2) Location of the facility must be in the Northern Virginia area but within close proximity to Dulles Airport; 3) Provide (1)general session meeting room for 40 staff set up in a hollow square, a work table for one staff, and a work or war room in close proximity to the conference room for staff with a phone line; 4) Provide a minimum of three (3) breakout rooms each day from November 30 - December 2, 2004; 5) Provide a separate dining area to accommodate 45 attendees for seated breakfast from November 30 - December 2, 2004, lunch from November 30 - December 2, 2004, and dinner from November 29 - December 1, 2004; 8) Provide AM/PM coffee breaks for 45 attendees from November 30, 2004 - December 2, 2004; 9)Provide standard audio visual equipment (overhead projector package with screen and podium with microphone) and allow NOAA to provide some of its own equipment for use. Please provide a Per Person Per Day Inclusive Rate for the Government Meeting Package. The resulting purchase order shall be negotiated on a firm fixed price. The award will be made on a best value basis using simplified acquisition procedures. Evaluation factors include the following: 1) Location - Facility located in remote location external to Washington, D.C. but within close proximity to Dulles Airport; 2) Approach - The likelihood of effectively meeting requirements; 3) 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 2001-24. 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, Payments by Electronic Funds Transfer - Other than Central Contractor Registration; 52.232-38, 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 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) addresses to Phillip Harrell, Contract Specialist, National Oceanic and Atmospheric Administration, 1305 East West Highway, Suite 7604, Silver Spring, Maryland 20910, to be received no later than September 21, 2004. Responses can also be faxed to (301) 713-0806 or emailed to Phillip.Harrell@noaa.gov.
 
Record
SN00674776-W 20040918/040917083725 (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.