Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2006 FBO #1693
SOLICITATION NOTICE

R -- Sole Source - Quincy Crawford (Advisory Council on Historic Preservation (ACHP)

Notice Date
7/14/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
US Dept of the Interior - National Business Center Washington DC Acquisition Branch MS1324 1849 C Street NW Washington DC 20240
 
ZIP Code
20240
 
Solicitation Number
NBCR06034
 
Response Due
7/29/2006
 
Archive Date
7/14/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Advisory Council on Historic Preservation (ACHP) Preserve America Summit Meeting Planner Consultant Statement of Work 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. The U.S. Department of the Interior, National Business Center (NBC), intends to award a sole source purchase order to Quincy Crawford in accordance with FAR Part 6.302-1: only one responsible source and no other supplies or services will satisfy agency requirements. This acquisition is a small business set-aside. The associated NAICS code for this procurement is 541618. The United States Department of the Interior/National Business Center/Office of the Secretary, pursuant to the requirements at FAR 12.603, hereby issues this combined synopsis and solicitation. The closing date for this combined synopsis/solicitation is 29 July 2006, 11:30 AM ET. This is NOT a request for competitive quotes, however, interested parties may identify their interest and capability to respond to the requirement or submit proposals. Any response to this notice must show clear, compelling, and convincing evidence that competition will be advantageous to the government. If no affirmative written response is received, the contract will be awarded without further notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Evaluation of offers shall not obligate the Government to compete the requirement. Commercial Items clauses will be incorporated into the award Purchase Order. Scope of Work The Advisory Council on Historic Preservation intends to award a contract on a sole source basis for Quincy Crawford to provide a number of consulting services during the planning and execution of the Preserve America Summit which will be held in New Orleans, Louisiana in October 2006. Contract award is anticipated to be on or about 1 August 2006 with a period of performance thru 28 February 2007. The contractor shall provide on-site organizational, logistical, and planning support during the development and preparation of the Preserve America Summit. The contractor shall be available to help conference planners with any questions they have specific to New Orleans prior to and during the conference and will attend the Preserve America Summit in the capacity as a consultant. The contractor shall assist in the arrangements for meetings and forums to be held as part of the Preserve America conference, including lodging, site locations, transportation, equipment, and other conference needs. As it relates to organizational, logistical, and planning support matters, the contractor shall perform the following: - Aide in the development the schedule of meetings to be held during the Summit, including the First Lady's involvement, and determine meeting sites and locations for meetings and events to be held during the Summit - Assess transportation requirements during the Summit and develop a transportation plan - Assist with logistical arrangements for Task Force meetings prior to the Summit - Attend meetings as requested by the Chairman's office - Serve as point of contact with the First Lady' office regarding all logistical matters of the Summit and other special projects identified by the Chairman's office. During the Preserve America Summit, the contractor shall be on site in New Orleans and will serve as logistical coordinator. The contractor shall also work with the Chairman's office in finalizing contracts and logistical arrangements specific to the New Orleans area. Principle Place of Performance New Orleans, Louisiana Travel The contractor shall be reimbursed for travel expenses and lodging associated with travel associated with planning the Summit. Reimbursement is pursuant to existing federal travel regulations (FTR) as an invitational traveler. Travel must be pre-approved by the Contracting Officer's Technical Representative (COTR) and the Contracting Officer (CO). Period of Performance Date of award (estimated 1 August 2006) thru 28 February 2007 Contract Type Fixed Price (to be invoiced monthly) Federal Acquisition Regulation (FAR) Clauses Incorporated by Reference 52.212-1 52.212-2 52.212-3 52.212-4 52.212-5 Full text of the above referenced FAR clauses can be found via http://farsite.hill.af.mil/vffara.htm. Evaluation In accordance with FAR 52.212-2, Evaluation - Commercial Items, proposals will be reviewed and evaluated in order to find the overall best value for the Government (FAR 15.101-1 - Tradeoff Process). The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objective, with a realistic and reasonable cost. The tradeoff process will be used to determine best value. The Government is not required to list evaluation factors in order of importance or to assign percentage values; however, when combined, technical capabilities and past performance are more important than price alone. The Government will not; however, pay a significantly higher price to obtain only slightly greater technical capabilities. Closing Date/Time The closing date for this combined synopsis/solicitation is 29 July 2006, 11:30 AM ET. Any information received on or before the above date will be considered by contracting officer before award is made. Point of Contact Questions related to this requirement shall be addressed to Matthew Korn via email at matthew_a_korn@nbc.gov. Telephonic questions or requests will not be accepted or acknowledged.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NB140101&objId=189589)
 
Place of Performance
Address: New Orleans, LA
Zip Code: 70112
Country: US
 
Record
SN01089697-W 20060716/060714221622 (fbodaily.com)
 
Source
FedBizOpps 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.