Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2005 FBO #1168
SOLICITATION NOTICE

X -- Conference Meeting Package

Notice Date
2/4/2005
 
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-NCNA0-5-8
 
Response Due
2/18/2005
 
Archive Date
3/5/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. Solicitation Number NCNA0-5-8 is issued as a request for quotation and is solicited under full and open competition. The NAICS Code is 721110. 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 its fourth annual training conference to commemorate Women's History Month with the theme "Women Change America" to be held in Silver Spring, Maryland on March 29-30, 2005. OCRM requires the services of a conference and meeting facility to provide an inclusive Government Meeting Package (meeting rooms, audio visual equipment, continental breakfast, light refreshments for morning and afternoon breaks, working lunch) that will accommodate approximately 200 attendees to this conference. Please note that a block of 30 sleeping rooms will be needed for two nights at the Federal Government per diem rate for the Washington D.C. metro area, beginning March 28, 2005. 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 March 29-30, 2005; 2) Location of the facility must be in the Silver Spring, Maryland area with convenient access to public transportation and within five miles of the Silver Spring Metro Center Complex; 3) Provide one general session meeting room for 200 attendees, set up in classroom style. Provide one skirted head table, on a riser, to seat six at the front of the room. Provide one podium and microphone at the front of the meeting room; 4) Provide a separate dining area to accommodate the 200 attendees for lunch. Provide a podium with microphone placed at the front of the dining room on both days; 5) Provide a registration area outside the meeting room with a 6-foot skirted table and four chairs; 6) Provide one hospitality room; 7) Provide an exhibit/display area with five 6-foot skirted tables located outside the meeting room; 8) Provide continental breakfast, AM/PM breaks, and plated lunch for the 200 attendees for both days; 9) Provide audio visual support (overhead projector, audio screen, and a flip chart with markers); 10) Provide a complimentary shuttle service from the Silver Spring Metro Center Complex to the meeting facility; 11) Provide parking for day guests and overnight guests: 12) Provide five reserved parking spaces for special guests and presenters. 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. Best value evaluation factors include the following: 1) Location - Facility location within five miles of the Silver Spring Metro Center Complex; 2) Approach - The likelihood of effectively meeting the requirements; 3) Past Performance - The relevancy and quality of prior performance; 4) Price - The amount, realism and consistency of the evaluated price. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2001-27. The provisions and clauses may be downloaded at http://www.acqnet.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; 52.204-7, Central Contractor Registration; 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; 52.232-38, Submission of Electronic Funds Transfer Information with Offer; 52.249-2, Termination for Convenience oft he 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 price quote 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,comparable past performance) addressed to Sandra K. Souders at the address listed above, to be received no later than February 18, 2005. Responses can also be faxed to (301) 713-0808 or e-mailed to Sandra.K.Souders @noaa.gov.
 
Record
SN00745790-W 20050206/050204211742 (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.