Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2008 FBO #2326
SOLICITATION NOTICE

X -- CONFERENCE/MEETING SPACE & AUDIO VISUAL EQUIPMENT RENTAL

Notice Date
4/7/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
ZIP Code
00000
 
Solicitation Number
2008NTIA-RFQ1
 
Archive Date
4/28/2008
 
Description
COMBINED SYNOPSIS/SOLICITATION Conference/Meeting Space and Audio Visual Equipment Rental (I) 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 2008NTIA-RFQ1. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. (IV) This procurement is unrestricted and open to all sources. The associated NAICS code is 721110. The small business size standard is $6.5 MILLION. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: LIN0001 CONFERENCE ROOM FOR 115 ATTENDEES JUNE 2-4 LIN0002 CONFERENCE ROOM FOR 85 ATTENDEES JUNE 5-13 LIN0003 THREE BREAKOUT MEETING ROOMS JUNE 5-13 LIN0004 FOUR MEETING/OFFICE SPACE AREAS JUNE 5-13 (VI) Description of requirements is as follows: This RFQ is for a Firm Fixed Price type contract for Conference/Meeting Space, and Audio Visual Equipment Rental for up to 115 participants on June 2-4, 2008, and up to 85 participants to participate in the international meetings, June 5-13, 2008. This IS NOT a solicitation for Event Planning Services. The period of performance for this requirement is June 1-14, 2008. The conference/meeting facility must be located in Boulder, CO. This location provides access for Department of Commerce (ITS) meeting coordinators. We require a plenary session room to hold up to 115 attendees theater style June 2-4; then, up to 85 participants, June 5-13, classroom style in the plenary room space; a registration area, June 2-4, near plenary session room--able to hold two (2) 6-foot table with four (4) chairs for registration and two (2) 6'x18" tables for handouts; 25-person breakout meeting rooms (2-3) daily; and, four (4) 24-hour meeting/office space for smaller meetings. **In addition, some attendees and participants will need hotel rooms during the event with lodging rates within the stated Federal Government per diem per Federal Travel Regulations. All rooms must be individual/private-sleeping rooms with private toilet facilities within per diem rates for Boulder, Colorado. Payments for hotel lodging shall be the sole responsibility of each individual guest attending the conference.** NTIA/ITS and NIST reserve the right to conduct an on-site inspection of offered facilities. The hotel facility must be FEMA approved and listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.fema.gov/hotel/search.cfm. The hotel facility must be compliant with the requirements of the American with Disabilities Act (Public Law 101-336) 42 U.S.C. 12101 ET. Seq.). (VII) Place of delivery is BOULDER, COLORADO. (VIII) Period of performance shall be JUNE 1, 2008 through JUNE 14, 2008. (IX) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Sep 2006), applies to this acquisition. In addition to written price quotes, offers are instructed to provide descriptive literature and a capability statement describing qualifications to perform the requirements listed in paragraphs (V) and (VI). (X) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: 1. Availability of preferred date(s)/timeframe; 2. Location; 3. Accommodations; 4. A/V capabilities; 5. Past Performance; and 6. Price/Availability of per diem rates. The evaluation factors are listed in descending order of importance. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. (XI) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2006), with its quote. (XII) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2007), applies to this acquisition. (XIII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2007) applies to this acquisition. The following clauses under subparagraph (b) apply: 15, 16, 17, 18, 19, 20, 21, 22, 24, 34, and 36. (XIV) The Government intends to award a firm-fixed-price order resulting from this solicitation. (XV) Quotes are required to be received in the contracting office no later than 12:00 P.M. MST/MDT on April 24, 2008. All quotes must be faxed or emailed to the attention of Kelly Rima. The fax number is (303) 497-3163 and email address is Kelly.rima@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Kelly Rima at Kelly.rima@noaa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3a21d32253385299619d8f7e904a07ca&tab=core&_cview=1)
 
Record
SN01548378-W 20080409/080407215455-3a21d32253385299619d8f7e904a07ca (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.