Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2007 FBO #1962
MODIFICATION

X -- Hotel Training/Lodging Rooms

Notice Date
4/9/2007
 
Notice Type
Modification
 
NAICS
532310 — General Rental Centers
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
TACS1132-7-05910
 
Response Due
4/20/2007
 
Archive Date
5/5/2007
 
Point of Contact
Juanita Beck, Procurement Technician, Phone 301-713-0838 x198, Fax 301-713-0809, - Catherine Holland, Contract Specialist , Phone 301-713-0838 x139, Fax 301-713-0809,
 
E-Mail Address
Juanita.Beck@noaa.gov, catherine.e.holland@noaa.gov
 
Description
Statement of Work (SOW) 2007 Commercial Service Assessment The United States and Foreign Commercial Service (US&FCS)/Career Development and Assignments Staff (CDAS) has an immediate requirement to procure a location to host and provide accommodations for the 2007 administration of the Commercial Service Assessment exam. The dates for the exam are July 23, 2007 through August 4, 2007. Section 1: Background The mission of the United States Department of Commerce (DOC), International Trade Administration (ITA) is to promote trade and strengthen the international trade and investment position of the United States. The United States and Foreign Commercial Service (US&FCS) ?Commercial Service? is one of four programmatic units within the International Trade Administration. The mission of the Service is to promote United States exports, particularly those of small and medium-sized enterprises, and protect U.S. commercial interests abroad. US&FCS is a corps of more than 1,800 American and foreign employees dedicated to helping American companies expand sales in overseas markets through an integrated network. We operate more than 100 Export Assistance Centers throughout the United States and 150 offices worldwide. CDAS typically conducts the Assessment exam every two years to maintain staffing level within the Foreign Commercial Service. This exam is of vital importance to the mission to the Commercial Service. It is through this process that prospective new Foreign Service Officers are screened and selected. The success or failure of the Commercial Service Assessment as a screening and selection device affects the quality of the overall human resource of the Commercial Service well into the future. Traditionally, the Commercial Service used hotels as they provided both lodging and testing rooms in one facility. Sleeping rooms converted to testing rooms by removing the furniture and adding a table and chairs, provide the appropriate size and privacy for individual interviews. Section 2: Justification Projects under this statement of work will contribute to Commercial Service workforce development and productivity by providing a facility to assess candidates at the FP-04/05 Class level (GS-12 and 11 grade equivalent respectively). The 2007 Commercial Service Assessment will target a worldwide population (i.e., Commercial Service or other Federal GS-employees and candidates from the private sector). Successful candidates will be eligible to receive job offers as Foreign Service Officers with the Commercial Service. The Commercial Service has specific requirements for the facility we select. One major consideration is the location of the Assessment testing rooms. It is imperative that all testing rooms are located along the same corridor, on the same floor of the facility. These reasons include: 2.1.1 Test Security - To ensure only those authorized have access to test materials. 2.1.2 Candidate Movement - To facilitate a seamless process for the candidates. 2.1.3 Staff Reduction - To reduce additional staff needed to monitor candidates. Section 3: Scope of the Work The facility shall provide services in three (3) main areas: 3.0.1 Seventeen (17) lodging rooms for the assessors, assessment facilitator and CDAS staff. 3.0.2 Twelve (12) testing rooms for candidate assessment all on the same floor and corridor. 3.0.3 One (1) large meeting room for assessor training. Section 3.1: Components of the Project Specific requirements to support this project shall include: 3.1.1 Seventeen (17) lodging rooms for assessors, the assessment facilitator and staff ? dates needed July 23-August 4, 2007 3.1.2 Twelve (12) individual testing rooms ? dates needed July 26-August 4, 2007 3.1.3 One (1) Assessor break room (approximately 20 people) 3.1.4 Two (2) Group break rooms for candidate (approximately 12-15 people) 3.1.5 Two (2) Computer rooms ? Three (3) computers each room four (4) people 3.1.6 Six (6) testing rooms ? Advocacy/Interview three (3) people 3.1.7 One (1) Control room ? Testing material, and 3.1.8 Assessor training room (approximately 25-30 people) ? dates needed July 24-26, 2007 Section 3.2: Additional Requirements for this Procurement Shall Include 3.2.1 Close proximity to a metro station to facilitate ease of movement between the facility, Commerce headquarters and area airports (preferably Washington, DC or Northern Virginia) 3.2.2 Availability of a business center for last minute reproduction 3.2.3 Eight (8) laptop computers six (6) for candidate testing with Microsoft Word, One (1) for assessor break room with Internet access and one for the Control room with Internet access). CDAS will provide the laptops if the facility cannot 3.2.4 Availability of audio-visual equipment for assessor training 3.2.5 lose proximity to amenities for assessors who will work approximately 10-12 hour days for two weeks 3.2.6 Testing, training and lodging rooms in one facility to minimize transportation difficulties 3.2.7 Availability of transportation for candidates who participate in the assessment Section 4: Contract Type Firm Fixed Price Section 5: Travel Requirements Walking distance within (.5 miles is preferred) public transportation (preferable Metro rail) Section 6: Place of Performance Washington, DC area Section 7: Period of Performance July 23, 2007 through August 4, 2007 Section 8: Proposal Instructions and Evaluation Criteria Award will be made on a Best Value Basis with technical weighting higher than price. Interested parties are required to submit a technical proposal and separate price proposal to the following address: U.S. Department of Commerce c/o Juanita Beck OFA/External Customers AMD 1305 East West Highway Station 7434 Silver Spring, MD 20910 Technical questions must be received via email to juanita.beck@noaa.gov by April 13, 2007 at 12:00 p.m. noon eastern standard time. Responses to this Request for Quotation (RFQ) must be received via email to juanita.beck@noaa.gov by April 20, 2007 at 12:00 p.m. noon eastern standard time. Section 9: Evaluation Criteria See Section 8 above. Section 10: Point of Contract Purchasing Agent Juanita Beck - juanita.beck@noaa.gov INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (SEP 2006) (a) "North American Industry Classification System (NAICS) code and small business size standard." The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) "Submission of offers." Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show-- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(k) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) "Period for acceptance of offers." The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) "Product samples." When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) "Multiple offers." Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) "Late submissions, modifications, revisions, and withdrawals of offers." (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) "Contract award (not applicable to Invitation for Bids)." The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h)" Multiple awards." The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) "Availability of requirements documents cited in the solicitation." (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section Suite 8100 470 East L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (http://assist.daps.dla.mil). (ii) Quick Search (http://assist.daps.dla.mil/quicksearch). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by? (i) Using the ASSIST Shopping Wizard (http://assist.daps.dla.mil/wizard); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
 
Place of Performance
Address: Washington, DC
Zip Code: 20230
Country: UNITED STATES
 
Record
SN01269171-W 20070411/070409220156 (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.