Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2008 FBO #2356
DOCUMENT

X -- Conference/Meeting Space, Audio Visual, Telecommunications, - Modification 1

Notice Date
5/7/2008
 
Notice Type
Modification 1
 
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, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
DG1351-08-RQ-0475
 
Response Due
5/20/2008 11:00:00 AM
 
Point of Contact
Pauline L. Jaffe,, Phone: 301-713-0838 178
 
E-Mail Address
pauline.jaffe@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
This Amendment is being issued to make the following changes to the Statement of Work, Attachment 1: correct 1,883 rooms to 1,883 room nights Section A. Meeting Space Requirements, add the sentence that the Government reserves the right to review the space before making award Section A. Meeting Space Requirements, add Briefing Room, Conference Style, 12 Section B. Food and Beverage Requirements, add Press Briefing, Coffee Service, 20 Add Attachment 2, Sample Menu This is a combined synopsis/solicitation for the annual Update Conference on Export Controls and Policy. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, in conjunction with FAR Subpart 13.5, as applicable, and 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 solicitation number is DG1351-08-RQ-0475 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC FAC 2005-24, effective on March 31, 2008. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 and the small business size standard is $6.5 Million. This procurement is unrestricted and open to all sources. The Department of Commerce, Bureau of Industry and Security (BIS) has a requirement to procure meeting space, banquet and audio visual services, guest rooms and related amenities for a three day conference and a preconference day and a post conference day. The Government intends to award a firm fixed price purchase order resulting from this combined synopsis solicitation to the qualified responsible offeror whose offer conforming to the requirements will be most advantageous to the Government, price and other factors considered. See Attachment 1, Statement of Work. The following FAR clauses and provisions apply to this acquisition: FAR 52.212-1,Instructions to Offerors-Commercial Items, FAR 52.212-2, Evaluation-Commercial Items, the following factors shall be used to evaluate offers: 1. Technical a. Quality of the Space Offered b. Menu Offerings and Related Amenities c. Transit Time to Department of Commerce, HCHB d. Offering of preferred time frames (dates). 2. Past Performance 3. Price Technical and past performance, when combined, are equally as important at price. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. OFFER SUBMISSION INSTRUCTIONS-Quotations must include the following items. Submission of a quotation that does not contain all the items requested below may result in elimination from consideration for award. 1. Quotations shall include: (1)company name, address, telephone number, email address, and FAX number; (2) Contractor DUNS number and CAGE code (3) Solicitation number; (4) meeting space room name/number to be blocked to meet each requirement (See Statement of Work section A), price for food and beverage requirement (see Statement of Work section B), price for audio visual requirement (see Statement of Work section C), price for telecommunications/electrical requirement (see Statement of Work section D), a statement the requirement (See Statement of Work section E) shall be met, and proposed dates within the August 2008 to October 2008 time frame. 2. Please provide references for work as the prime or as a subcontractor in the last 3 years on similar requirements. Past performance information on contracts you have had when you acted as a subcontractor, part of a team under a contracting teaming arrangement, and contracts you have had under a previous company name(s) will also be accepted. If corporate experience does not exist, the firm may substitute relevant projects of predecessor companies, key personnel, or of subcontractors who will be performing major aspects of the required work. If the firm chooses to make this substitution, the project descriptions must clearly so state, identifying the entity, personnel, or subcontractor that performed the services. Please ensure that we will be able to contact your references at the email addresses and telephone numbers that you provide and that they will cooperate with us. If we are unable to contact your references, you may be considered non-responsive. NOTE: This information is considered proprietary and will be used by the Government only in reference to the quote's evaluation process. Past Performance/Reference (Describe up to Five Contracts) (a) Customer Name/POC: Customer Phone/FAX Number: Customer Email: Customer Address: (b) Project Name Contract Number: Task or Delivery Order Number, if applicable Period of Performance Dates: Award Contract Dollar Value: Current Contract Dollar Value: Contract Type: FFP  Cost Reimbursement  Other  (Address Other) Type and Extent of Subcontracting: For each project, provide a narrative account of the work performed and include the following elements: • Summary of the project, • Description of work performed and results achieved, • Adherence to project schedule, including an explanation of any delays, • Problems encountered and corrective actions taken, • Identification of the similarity in scope and complexity to this project, • Information from you on quality shall be provided and may include, but is not limited to, internal and external assessments, awards, certifications, licenses, and risk management techniques. 3. Offerors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commerical Items with its quotation or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov.. Failure to include the certifications along with a price quotation or to complete the certification on the internet may result in elimination from consideration for award. 4. To be eligible for award under this solicitation, the offer must propose a facility that is compliant with the requirements of the Hotel and Motel Fire Safety Act of 1990 (Public Law 101-391) (15 U.S.C. 2201 et. seq.) and is listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.dhs.gov/applications/hotel 5. Quotation shall be submitted via e-mail in MS Word format as a single attachment to an email with no more than fifty pages to Pauline.Jaffe@noaa.gov and in paper format to Pauline Jaffe, Contract Specialist, National Oceanic and Atmospheric Administration, 1305 East West Highway, room 7521, SSMC4, Silver Spring, Maryland 20910, no later than 11:00 am, local time on May 20, 2008. Use of file locking shall not be permitted. The use of alternate non-compatible software shall be the basis for a non-responsiveness determination. A one-page letter shall cover the response signed by the individual authorized to commit the firm. The cover letter shall be included in the single attachment and shall count as part of the page limit. The single attachment shall contain all contents and shall be sized less than five megabytes. The Government will not be liable for any costs incurred in response to this request and makes no commitment of award as a result of this request for quotation. Each response shall be on 8 1/2 x 11-inch paper, single spaced, in a commercially standard font, not smaller than size 10. The response shall be secured by simple stapling with the cover letter as the first page and shall not contain any other binding. Each page in the response shall be separately numbered in Arabic numerals and labeled with the offeror's name and the solicitation number. A page of paper printed on both sides is considered two pages. 6. Questions regarding this requirement shall be submitted electronically to Pauline.Jaffe@noaa.gov by May 15, 2008
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6cfb52f14c671feb0030c73e890c183a&tab=core&_cview=1)
 
Document(s)
Modification 1
 
File Name: ATTACHMENT 1 STATEMENT OF WORK, REVISED 5-6-08 (ATTACHMENT 1 Statement of Work.doc)
Link: https://www.fbo.gov//utils/view?id=ddb3509d06242084c9ff2fa9b8d52038
Bytes: 150.00 Kb
 
File Name: ATTACHMENT 2 SAMPLE MENU (ATTACHMENT 2 Sample Menu.doc)
Link: https://www.fbo.gov//utils/view?id=72d1ac22e78e9735bd1a86ce48922644
Bytes: 47.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN01568707-W 20080509/080507220710-6cfb52f14c671feb0030c73e890c183a (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.