Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2008 FBO #2419
SOLICITATION NOTICE

R -- Facilities and Services for 2008 VMS Conference

Notice Date
7/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
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
NFFKAE-8-41635
 
Archive Date
8/6/2008
 
Point of Contact
Gina E Lee,, Phone: 301-713-0820 x208, JEANETTE SPREEMANN,, Phone: 301-713-0820 x 141
 
E-Mail Address
gina.e.lee@noaa.gov, jeanette.spreemann@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a 100% small business set-aside for commercial items prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. Solicitation Number NFFKAE-8-41635 is being issued as a Request for Quotation. This acquisition is being solicited using Simplified Acquisition Procedures. The North American Industry Classification System Code (NAICS) is 541611. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Office for Law Enforcement (OLE) Headquarters. Headquarters OLE provides support for all NOAA law enforcement activities at the Silver Spring, MD location and at six divisional office collocated with regional NOAA facilities. In effort to enhance the enforcement capabilities of OLE, the National Vessel Monitoring System (VMS) program has been developed. The VMS program provides a satellite tracking and surveillance capability for Fishery Management Plan (FMP) enforcement efforts. The goal of this task is to acquire the facilities and services needed to host the 2008 National VMS Conference. Certification by the Government of satisfactory services is contingent upon the Contractor performing in accordance with the terms and conditions of the Statement of Work, and associated Work Orders, and all amendments. The contractor will provide the facilities and services required to host the 2008 National VMS conference in Silver Spring, MD, with a proposed attendance of approximately 200 federal, state, and civilian personnel. The contractor will acquire an acceptable conference center to host the event on dates of 15 September through 19 September 2008 from 8:00am to 5:00pm daily. The facility will include one room large enough to host the 200 attendee conference group arranged with round tables sufficient to accommodate the entire group of 200 attendees, on the dates of 16 September through 18 September. The facilities will include one smaller room or booth for on-site registration on 15 September. The facilities will include one smaller room to be used for a follow-on committee meeting having a U-shaped table layout sufficient for up to 24 attendees, on 19 September. The contractor will provide the audio visual equipment and supplies necessary to perform PowerPoint and whiteboard presentations in each conference or breakout room provided. The audio visual and presentation equipment will include: 1) Podiums with portable microphone in each room; 2) Two cordless microphones for use in the large room; 3) One microphone mixer for use in the large room; 4) Two sound systems or house sound system to support the microphones; 5) One whiteboard, stand, and marker set per room; 6) One projection screen per room; 7) One computer projector per room; 8)Wireless Internet connectivity. Period of Performance: September 15 through 19, 2008. The resulting purchase order shall be negotiated on a firm fixed price. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Technical Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) - Conspicuously striking in eminence; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-2, Evaluation - Commercial Items - 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 clauses apply: 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. The FAR clauses are in 52.212-5 and are applicable to this acquisition. FAR 52.219-6, Notice of Total Small Business Set-Aside, and Alternate II; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment be Electronic Funds Transfer-Central Contractor Registration; FAR 52.239-1, Privacy or Security Safeguards; FAR 52.222-41, Service Contract Act; and FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. All responsible sources that can meet the requirements and provide the items as listed above may respond to this solicitation by submitting a proposal on setting forth an approval to perform the work, location, past performance and price addressed to Gina E. Lee, Purchasing Agent, National Oceanic & Atmospheric Administration, 1305 East West Highway, Suite 7144, Silver Spring, Maryland 20910, to be received no later than July 22, 2008 at 12:00pm. The Government reserves the right to make one award or no award at all as a result of this solicitation. Responses are to be emailed to Gina.E.Lee@noaa,gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bbb7955f2115c44f36e74d9492c2e46e&tab=core&_cview=1)
 
Place of Performance
Address: SILVER SPRING, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN01610266-W 20080711/080709222546-bbb7955f2115c44f36e74d9492c2e46e (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.