Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2008 FBO #2306
SOLICITATION NOTICE

T -- Joint Enforcement Agreement (JEA) National Meeting

Notice Date
3/18/2008
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-NFFKAE00-8-27866
 
Response Due
3/26/2008
 
Archive Date
3/26/2008
 
Point of Contact
Prattsie Artis, Contract Specialist, Phone 301-713-0820 x182, Fax (301) 713-0806
 
E-Mail Address
prattsie.l.artis@noaa.gov
 
Description
This is a combined synopsis/solicitation for commercial item and services in accordance with the Federal Acquisition Regulations (FAR) Parts 12 through Federal Acquisition Circular (FAC) 2005-24, as supplemented with additional information included in this notice. This solicitation is not set aside for small business concerns. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation Number NFFKAE00-8-27866 is issued as a request for quotations. The associated North America Industry Classification System code is 721110. The government estimate for this work is $43,128. The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Services (NMFS), Office of Law Enforcement (OLE), provides support for all NOAA law enforcement activities at the Silver Spring, MD location and at six divisional offices collocated with regional NOAA facilities. In an effort to enhance its enforcement capabilities, OLE has implemented the Cooperative Enforcement Program, which deputizes State conservation officers as Federal law enforcement officers. The Program allows OLE to enter into a Federal agreement with the State agency to further Federal priorities and increase the enforcement of Federal fisheries and marine conservation laws. OLE is responsible for hosting a Joint Enforcement Agreement (JEA) National Meeting for directors of State conservation agencies and OLE personnel to discuss program goals and objectives, as well as to discuss potential problems and new policies. This solicitation is for conference facility, sleeping accommodations, and audio-visual and other equipment. The solicitation also includes food as an OPTIONAL item. The conference shall occur May 12, 2008 to May 16, 2008 in the metropolitan area of San Diego, California (zip code 92101). The conference rooms shall accommodate approximately 30 persons in a single room on May 12, 2008 and 90 persons in a single room on May 13-14, 2008, and 12 persons in a single room on May 15, 2008. A block of approximately 90 guest rooms are needed for May 12-14, 2008, and 12 guest rooms are needed for May 15, 2008, not to exceed the Federal Government per diem rate for the San Diego, California area. The accommodations must provide accessible facilities under the Americans for Disabilities Act, must be FEMA approved, and must meet the following requirements: 1) Availability of guest rooms on the specified dates of May 12-16, 2008 for the number of perons as stated above; 2) One large general session meeting room for 30 attendees with tables arranged in a U-Shape setup with 2 head tables on May 12, 2008; One large general session meeting room for 90 attendees with 10 Round Tables set-up on May 13-14, 2008; One large general session meeting room for 12 attendees with tables arranged in a U Shape Setup on May 15, 2008; 3) Availability and set-up of Audio Visual and Other Equipment, shall include, at a minimum, Registration table (May 13 only); Podium w/portable microphone connected to house sound system (May 13 and 14 only); Microphones at each table connected to house sound (May 13 and 14 only); Two flip charts (May 13 and 14 only); One projection screen (May 13 and 14 only); Table for computer projector (May 13 and 14 only); Wireless Internet connectivity; Surge Protectors and Extension cords as required for individual computer connections; Two tables near rear of room for note takers (May 13 and 14 only). The offeror's quote shall include per item costs for registration tables, podium with portable microphone connected to house sound, microphones at each table connected to house sound, two flip charts, projection screen, a table for computer projector, wireless internet connectivity, sufficient surge protectors extension cords as required for individual computer connections, plus two tables near rear of room for note takers. The vendor's quote shall also include an option for food, to include morning refreshments, lunch, and afternoon refreshments on two days, May 13 and May 14, 2008 for 90 persons. The morning and afternoon refreshments shall consist of an assortment of pastry/cookies, juice, tea, coffee, soft drinks and water, and lunch shall consist of an assortment of soup, salad, sandwiches (hot or cold), chips and pasta, and beverages. The resulting purchase order shall be negotiated on a firm fixed price. The CLIN/BILLING SCHEDULE shall include CLIN 0001 Guest Rooms, Conference Room Facilities and Audio-Visual and Other Equipment (and Set-up) for May 12-16, 2008 $__________ Unit Rate. The CLIN/BILLING SCHEDULE shall include OPTIONAL CLIN 0002 Refreshments for May 13-14, 2008 $_________ Unit Rate [and 0002AA Morning Refreshments $________ Per Person Unit Rate, 0002AB Lunch $_________ Per Person Unit Rate, 0002AC Afternoon Refreshments $________Per Person Unit Rate]. The award will be made on a best value basis. Best value evaluation factors include the following: 1) Approach: The likelihood of effectively meeting requirements; 2) Past Performance: The relevance and quality of prior performance; and 3) Price: The amount, realism and consistency of the evaluated price. 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 (Nov 2007), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). The Government will make a single award order containing fixed unit-prices 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) approach, ii) past performance, and iii) price. The factors, although relatively equal, are listed in order of importance. Offerors shall include a completed copy of the provision at http://www.arnet.gov. 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2007). FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007) applies to this acquisition and there are no addenda to this provision. FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2008), applies to this acquisition and the following additional FAR clause cited therein are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-8 Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), 52.219-14 Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)), 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)), 52.222-3 Convict Labor (June 2003) (E.O. 11755), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.225-1 Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d), 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212), 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, 109-53 and 109-169), 52.225-5 Trade Agreements (Nov 2007) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note), 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). See Federal Business Opportunities (FedBizOps) Notes 25 at http://www.fbo.gov/Numbered_Notes.html. All responsible sources that meet the requirements and provide the services listed above may respond to this combined synopsis/solicitation with a quotation faxed to P.L. Artis, Contract Specialist, NOS/NMFS/OAR Acquisition Management Division, OFA65, 1305 East-West Highway, SSMC4, Room 7604, Silver Spring, MD 20910, 301-713-0806, to be received not later than March 26, 2008 at 10:00 a.m. (local time). Responses shall not exceed more than ten (10) pages including a letter of transmittal. It is the responsibility of the contractor to confirm NOAA's receipt of proposal. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ.
 
Place of Performance
Address: San Diego, California
Zip Code: 92101
Country: UNITED STATES
 
Record
SN01534951-W 20080320/080318223444 (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.