Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2008 FBO #2463
SOLICITATION NOTICE

V -- Meeting Package for the 2008 Council Training Program

Notice Date
8/22/2008
 
Notice Type
Modification/Amendment
 
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
NFFKSF50-8-43432
 
Response Due
9/5/2008 12:00:00 PM
 
Archive Date
9/20/2008
 
Point of Contact
Gina E Lee,, Phone: 301-713-0820 x208
 
E-Mail Address
gina.e.lee@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation 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 NFFKSF50-8-43432 is being issued as a Request for Quotation. This acquisition is being solicited using Simplified Acquisition Procedures. This acquisition is set aside for Small Business. The associated NAICS code and small business size standard is 721110 and $6.5M. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Office of Sustainable Fisheries (SF) will host the 2008 Regional Fishery Management Council Training in Washington, DC or Silver Spring, MD beginning October 21 through October 23, 2008. Members of these regional fishery management councils (Councils) prepare fishery management plans for marine fish stocks in their respective geographical areas of responsibilities. The Councils were established in 1976 by the Magnuson-Stevens Fishery Conservation and Management Act (Magnuson-Stevens Act). The Secretary of the Department of Commerce makes appointments to the Councils from lists of qualified individuals nominated and submitted by the governors of the constituent council states or tribal Indian governments. The Magnuson-Stevens Reauthorization Act, signed by the President in January 2007, established a new Council training program designed to prepare newly appointed Council members on the numerous legal, scientific, economic, and conflict of interest requirements that apply to Council members responsibilities and the fishery management process. Council members are required to complete the training within one year of the date of their appointment (August 11 of each year). The contractor shall provide the following Deliverables: 1). The solicitation is for a conference/ training facility and sleeping accommodations that are either within walking distance of Union Station in Washington, DC or the NOAA Headquarters in Silver Spring, MD. The sleeping room accommodations facility must provide accessible facilities under the Americans for Disabilities Act, must be FEMA approved, and must meet the requirements listed below; 2). A block of approximately 25 guest rooms will be needed for the nights of October 20, 21, and 22; 2 rooms for the night of October 19; and 5 rooms for the night of October 23, for a total of 82 rooms. These rooms are not to exceed the Federal Government per diem rate for the Washington, DC or Silver Spring, MD area. These rooms shall be handled directly by the attendees. Additionally, a separate block of 6 guest rooms must be available at the normal government rate. This is not part of the purchase order/contract directly; the attendees using these rooms will be making their own hotel arrangements; 3). A meeting room that can accommodate tables arranged in a U-shape with seating for 30 individuals or crescent rounds for 30, plus perimeter seating to accommodate an additional 10-15 individuals; two skirted tables outside the meeting room, for use as a registration area for the three days of training. Dates and times for the meeting room to be set up and available: Tuesday, October 21, 2008: 8:00 a.m. - 5:30 p.m.; Wednesday, October 22, 2008: 7:30 a.m. - 5:30 p.m.; and Thursday, October 23, 2008: 7:30 a.m. - 1:00 p.m.; 4). Area to accommodate working lunch sessions, set up with 5 round tables to accommodate approximately 9 people/table, and one rectangle head table at the front for lunch speakers. This room is required only for lunch on Tuesday, October 21 and Wednesday, October 22, 2008; 5). Audio Visual Requirements for meeting room: One table-top podium with microphone; One lapel or ‘lavalier' microphone; One hand-held microphone; Microphone system or ‘mixer' necessary to service all microphones in the room (4 channel); LCD projector on a stand, cable ready to be connected to a laptop computer; Screen for LCD projection; Two flip charts. Audio Visual Requirements for lunch room: One table-top podium with microphone; Two table-top microphones; Microphone system or ‘mixer' necessary to service all microphones in the room (4 channel or smaller, as necessary); Tripod screen, stand, and cable ready to be connected to a laptop computer and LCD projector (brought in by NMFS); 6). Area to accommodate buffet style Continental breakfast, served lunch and morning/afternoon breaks consisting of light refreshments for 45 participants to allow full participation through the scheduling of programs during meals/breaks for the 2 ½ days (on the 3rd day, only breakfast and the morning break is required). It is preferable to have the break refreshments available outside and adjacent to meeting room 1 if possible, otherwise, it is to be set up at the back of meeting room 1. Lunch is to be served in a separate room (see #3 above). Light refreshments are defined to include, but not be limited to, coffee, tea, milk, juice, soft drinks, donuts, bagels, fruit, pretzels, cookies, chips, or muffins. The resulting purchase order shall be awarded on a best value basis and will be firm fixed price. Period of Performance: October 19, 2008 to October 23, 2008. 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. FAR 52.212-3, Offeror Representations and Certificates - Commercial Item, 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. FAR 52.219-6, Notice of Total Small Business Set-Aside, and Alternate II; 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 by Electronic Funds Transfer-Central Contractor Registration; FAR 52.239-1, Privacy or Security Safeguards; FAR 52.232-9, Limitation on Withholding of Payments. All responsible sources that can meet the requirements and provide the items as listed above may respond to this solicitation by submitting a quotation 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 September 5, 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. Award is anticipated on September 22, 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6b083d221c3435772c2b9829b4a7172f&tab=core&_cview=1)
 
Place of Performance
Address: Silver Spring, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN01648707-W 20080824/080822222616-6b083d221c3435772c2b9829b4a7172f (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.