Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2008 FBO #2551
SOLICITATION NOTICE

X -- Meeting Room Rental for Council Coordination Committee Meeting

Notice Date
11/18/2008
 
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
NFFKSF50-9-02173
 
Response Due
12/1/2008 12:00:00 PM
 
Archive Date
12/16/2008
 
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 a 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 NFFKSF50-9-02173 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 721110 and business size is $7.0. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), the Regulatory Services Division (RSD), (F/SF5) within the Office of Sustainable Fisheries of the National Marine Fisheries Service, NOAA will hold an Interim Conference of the Regional Fishery Management Council's Council Coordination Committee (CCC) in the Washington, D.C. area. RSD has a need to acquire the services of a contractor (conference planner) for direct services in support of this event, and the services of a contractor (no-cost conference planner) to arrange for services for approximately 40-50 participants. The conference planner shall provide a meeting room with alcove or adjacent room and audio-visual equipment for this event. The no cost (to the government) conference planner shall provide light refreshments with those services to be paid for by the participants. The contractor shall also provide a block of sleeping rooms at the current government rate or below to be paid for by the participants. The contractor shall provide a meeting room to support this event of approximately 3000 square feet and an alcove or adjacent preparation room of approximately 800 square feet on the following days: February 25, 2009 set up by 8 a.m. with a 24 hour hold February 26, 2009 reset by 8 a.m. with a 24 hour hold. The set up of the meeting room(s) shall include a u-shaped, and podium with a microphone. Audio equipment: The government shall provide other audio equipment. Sleeping Rooms: The Government expects 38 night time participants who will need sleeping rooms for a total of 102 guest nights as follows: February 24, 2009 - 38 Sleeping Rooms; February 25, 2009 - 38 Sleeping Rooms; and February 26, 2009 - 26 Sleeping Rooms. The Contractor shall provide these rooms to the guests at the current government rate or below. The Government has no liability to the Contractor for the above estimates or any of the cost of holding the block of rooms. Each participant will be responsible for the cost of their rooms. As such, no state sales taxes can be imposed on the Government for these rooms. Light Refreshments: The contractor shall provide light refreshments (food and beverage services) in support of this Conference at no cost to the Government as follows: Snacks sufficient for 50 persons to include two (2) early morning set-ups at 8:00 a.m. of snacks of coffee, teas, juices, and water and assorted Danish, muffins and bagels and fruit on February 25 and 26 and two (2) AM breaks by 10:00 a.m. to include refresh of coffee, teas, and water on February 25 and 26 and include two (2) afternoon snacks by 2:45 p.m. to include cookies, brownies, water and soft drinks on the afternoons of February 25 and February 26, 2009. While the Government anticipates that there will be a total of 50 participants (about 38 night time guests and 12 local participants, including Federal employees for the RSD CCC Conference, NOAA will have no financial liability to the contractor for services to be paid by the participants to include light refreshments and sleeping rooms, and the contractor shall have no expectation of payment from the Government for these services. The Contractor is entitled to and shall retain all of the registration fees it collects in the performance of the purchaser order to include light refreshments. The contractor shall have the capabilities to receive electronic payments. The Government does not guarantee a minimum amount of fees or a minimum number of attendees. All fees to be charged to participants must be clearly defined and approved by NOAA prior to the award of this order. The contractor shall provide the Government with a detailed accounting of the collections and disbursements associated with the performance of this order. The contractor is liable for all costs incurred related to the performance of sleeping accommodations and food and beverage portion of this contract. NOAA will not be liable to the Contractor or its contracting party as a result of any contracting and/or subcontracting agreement between the Contractor and any subcontractors. The Contractor agrees to hold the Government harmless from any and all claims, demands, actions, debts, liabilities, judgments, costs, and attorney's fees arising out of, claimed on account of, or in any manner predicated upon loss of, or damage to, property of or injuries to, or the death of, any or all persons whatsoever, in any manner, caused or contributed to by the Contractor, his agents, servants, or employees, while in, upon, or about a given conference location on which the work upon this Contract is to be done, or while going to or departing from the same, and to save the Government harmless from and on the account of damage of any kind which the Government may suffer as a result of any of the Contractor, his agents, servants, or employees in and about the said conference location. The resulting purchase order shall be awarded on a best value basis and negotiated on a firm fixed price basis. Period of Performance: February 25, 2009 to February 26, 2009. Award is anticipated by December 15, 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 2005-27. 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 52.222-3, 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. 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 December 1, 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=8a3029359d0d86e47c5bac1c3ace8acf&tab=core&_cview=1)
 
Place of Performance
Address: Silver Spring, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN01706508-W 20081120/081118220934-8a3029359d0d86e47c5bac1c3ace8acf (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.