Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2007 FBO #1984
SOLICITATION NOTICE

X -- Conference Facility for OPD Training Forum

Notice Date
5/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, VA, 23510, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
EA1350-07-RQ-0276
 
Response Due
5/14/2007
 
Archive Date
5/29/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This requirement will be satisfied using commercial acquisition procedures specified in FAR Part 12 and FAR Subpart 13.1. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. The North American Industry Classification System Code is 721110. The size standard is $6.5 million. This procurement is being solicited as unrestricted and under full and open competition. On June 10-15, 2007, the U.S. Department of Commerce, International Trade Administration will host an Office of Professional Development (OPD) Training Forum. This solicitation is for the services of a conference and meeting facility to host the Training Forum. The conference facility must be located in Alexandria, VA and accommodate as many as 100 attendees. The facility must also provide an inclusive Government Meeting Package (meeting rooms, audio visual equipment, light refreshments for morning and afternoon breaks, meet and greet reception with hot hors d? oeuvres, and one evening reception with beverages and hors d? oeuvres) as well as sleeping room for 75 attendees. Please note that the full block of up to 75 sleeping rooms at the Federal Government per diem will be needed for the evening of June 10, 2007 and 45 rooms need to be available for June 9, 2007 check in. The conference and meeting facility must provide accessible facilities under the American Disabilities Act, and must hold current compliance with the Hotel and Motel Fire Safety Act of 1990 (FEMA). Additionally, the facility must meet the following requirements: 1) Availability of conference and meeting facility space including 5 breakout rooms and overnight rooms and 75 overnight rooms on the specified dates; 2) Location of the facility must be within Alexandria, VA area; 3) Provide general session meeting space for 100 attendees; 4) Provide the following audiovisual equipment: 1 Ballroom Podium Microphone Package (2 days Monday and Friday); Handheld microphone with flexible gooseneck & mic clip, 6 channel audio mixer, cables, house system patch; 6 each AV carts to include AC extension cord and AC power strip; 3 each 8 x 8 screens, 3 each 6 x 6 screens; 5) Provide one meeting room to be used as an office and one room to be used for an IT room, the IT room must have internet capability; 6) The room for the office must be set-up Sunday, June 10 and is needed through Friday, June 15, 2007; 7) The IT Room must be set-up Sunday, June 10 and is needed through Friday, June 15, 2007. The IT Room is to include 100 MB/second Ethernet ports with IP addressing from the hotel network (T-1 lines) and two dedicated 21 amp electrical outlets. The resulting purchase order will be negotiated as 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 Alexandria, VA; 2) Approach-Degree that the facility and support services meet the overall meeting requirements and support the comfort and convenience of the attendees; 3) Past Performance?Experience with large government conferences; and 4) Price. The closing date for receipt of offers is May, 14, 2007, 3:00 p.m. EST. Facsimile offers are acceptable and may be forwarded via fax number 757-664-3653. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. The following provisions and clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors?Commercial Items (Sept 2006); FAR 52.212-2, Evaluation?Commercial Items (Jan 1999)?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 in descending order of importance to evaluate offers: (i) location; (ii) approach; (iii) past performance; (iv) price; Addenda to FAR 52.212-2, Evaluation?Commercial Items (Jan 1999)?SUBMISSION OF PAST PERFORMANCE DATA: 1) Provide at least three (3) references for contracts over the last three (3) years, of the same or similar type of services identified in this solicitation. References must include the following: a) Name of firm and address; b) Contact person and telephone number; c) Type of service provided; d) Term of service; 2) Additional references shall be provided for subcontractors who are anticipated to perform work under this contract. 3) Please identify any of your firm?s contracts which have been terminated for default or cause in the last three years. You may state any circumstances relating to the termination which assist in explaining the situation. FAR 52.212-3, Offeror Representations and Certifications?Commercial Items (Nov 2006)?Offerors must include a completed copy of this provision with their offer or complete only paragraph (j) of the provision if the offeror has completed the annual representation and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website; the offeror shall complete only paragraphs (b) through (i) of this provision; FAR 52.212-4, Contract Terms and Conditions?Commercial Items (Feb 2007); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Mar 2007), (a)(b)(1)(Alt I, Oct 1995), (7), (9), (14-21), (24-25), (33);5(c)(1), (2). No Defense Priorities and Allocations System (DPAS) rating are assigned. To be eligible for award offeror must have a valid DUNS Number and be registered in the Central Contractor Registration (CCR) database.
 
Place of Performance
Address: Alexandria, Virginia
Zip Code: 22314
Country: UNITED STATES
 
Record
SN01284625-W 20070503/070501220251 (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.