Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2008 FBO #2567
SOLICITATION NOTICE

R -- 3rd Space Weather Enterprise Form (SWEF)

Notice Date
12/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
512191 — Teleproduction and Other Postproduction 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
DG1330-09-RQ0099(GJB)
 
Archive Date
12/23/2008
 
Point of Contact
Georgia J. Barrett,, Phone: 301-713-0838, 133, Sandra K. Souders,, Phone: 301-713-0820, 135
 
E-Mail Address
jean.barrett@noaa.gov, Sandra.K.Souders@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and the procedures in FAR 12 and 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; written quotations are being requested and a written solicitation will not be issued. Solicitation number DG1330-09-RQ0099 (GJB) is issued as an invitation to the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. This acquisition is total set-aside for Small Business. The associated NAICS code and small business size standard is 512191. The Small Business competitiveness Demonstration Program does not apply to this acquisition. STATEMENT OF WORK Dates May 18-20, 2009 Location Washington, DC This Statement of Work is for a facility to accommodate the 3rd Space Weather Enterprise Forum (SWEF), including meeting space, audio/visual services, and lockable office space. Venue Location Requirements: A prestigious and nationally known venue is required to attract the desired distinguished visitors and participants. The venue shall be within 5 blocks of a Metro stop and be within short walking distance from the White House, U.S. Chamber of Commerce, and U.S. Department of Commerce. Meeting Room Requirements General Session Room (Monday - Wednesday) shall be available by noon Monday to pre-set all audiovisual requirements. The General Session meeting space will have a large platform stage with a podium and a panel table. The space shall be set up in banquet style with approximately 20 10-person tables. The diagram shall be provided at the time of the site visit. Seating capacity shall accommodate at least 200 people. The General Session runs from 8:00 a.m. to 5:00 p.m. on Tuesday and 8:00 a.m. to 1:00 p.m. on Wednesday. Registration Area (Tuesday-Wednesday): A registration area shall be available from 7:00 a.m. Tuesday through 10:00 a.m. Wednesday. A pre-function area is acceptable. Icebreaker (Tuesday, 5:30 p.m. - 7:30 p.m.): A room or other event space is needed for an icebreaker for 175 people. This space shall not be the same room as the General Session room. Audiovisual Requirement For General Session Room • 2 - Lavalier wireless microphones • 2 - Wireless handheld microphones with stands • 2 - Table microphones (wired) • 1 - Podium with microphone • 1 - Audio mixer board • 1 - Screen 12 ft x12ft or larger • 1 - Proxima data projector • 1- Long VGA cable to connect the projector to the tech table (25-50 ft) • 1 - Speaker System, if no internal house sound • 1- Printer outside General Session Room • Fast Internet access at registration desk outside General Session Room * AV personnel shall be available for emergency repair/replacement of all provided equipment Office Space Requirement A lockable room or space, to secure equipment and supplies is required from noon on Monday through 5:00pm on Wednesday. The Government reserves the right to award without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1 (b). Failure to submit the required information for evaluation may render the offer non-responsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses : 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era, 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration, 52.222-41 Service Contract Act of 1965, As Amended. 52.227-14 Rights in Data General (Jun 1987). The FAR provisions and clauses may be downloaded at http://www.farsite.hill.af.mil/vffara.htm. The following Department of Commerce provisions and clauses apply to this acquisition: 1352.231-70, Duplication of Effort; 1352.233-70, Harmless from Liability; 1352.209-73 Compliance with the Laws; 1352.208-70, printing; 1352.252-70, Regulatory Notice; 1352.209-71, Organizational Conflict of Interest; 1352.209-72; Security Processing Requirements for Contractor/Subcontractor Personnel Working on a DOC site (low and moderate risk contracts); Complete 1352.239-74 (OCT 2003) Security Requirement Information Technology Resources. The following Evaluation will be used. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The following evaluation criteria is to be included in paragraph (a) of that provision Or if this provision is not used, use the following - Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and. Certifications-Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following addenda to the clause apply to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and the following additional FAR clauses cited in the clause are applicable to this acquisition.. The Defense Priorities and Allocations System (DPAS) and assigned rating do not apply to this acquisition EVALUATION CRITERIA (MARCH 2000) All evaluation factors other than cost or price are significantly more important, than cost or price. In addition to cost or price, proposals will also be evaluated based on the following factors, listed in descending order of importance. In addressing the evaluation factors below, the offeror shall demonstrate {use the following or similar language} : Factor A - TECHNICAL REQUIREMENTS Specifically, the selection will be based on elements including availability of request dates, location (see Venue Location Requirements in SOW), facility (see Meeting Room Requirements and Office Space Requirement in SOW), and audio/visual requirements as outlined in the SOW. A site visit will also be conducted to evaluate the facility. If any subcontracting is anticipated, the offeror shall Identify the areas of work to be subcontracted and how the Subcontracted effort will be managed to ensure satisfactory and Factor B - CORPORATE EXPERIENCE Evaluation of this factor will be base on the general background experience and qualifications of the organization as it relates to projects of a similar nature. Factor C - PAST PERFORMANCE Performance by the offeror and its subcontractor(s) as it relates to all solicitation requirements, including the quality of services and products, effectiveness of cost management/control, timeliness of performance, and customer satisfaction: and indication of ability to improve performance through proactive management. Evaluation of this factor will be based on information contained in the technical proposal and information provided by references. The Government will evaluate past performance by contacting the references selected at random or a specific reference identified by the offeror. The Government may also consider other information available. The Government reserves the right to make an award to other than the lowest priced offeror or to the offeror with the highest technical score if the Contracting Officer determines that to do so would result in the best value to the Government. Responses to this notice are due no later than 9:00 a.m. on December 8, 2008 to be submitted electronically to Jean.Barrett@noaa.gov. The point of contact for information regarding this solicitation is G. Jean Barrett who can be reached by e-mail at Jean.Barrett@noaa.gov; no telephone calls will be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=034d13df2f55b5efea6192035c54ed30&tab=core&_cview=1)
 
Place of Performance
Address: WASHINGTON, District of Columbia, 20230, United States
Zip Code: 20230
 
Record
SN01713758-W 20081206/081204221452-034d13df2f55b5efea6192035c54ed30 (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.