Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2009 FBO #2705
SOLICITATION NOTICE

X -- Hotel - Conference Rooms - Solicitation

Notice Date
4/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
1055659gh
 
Archive Date
5/15/2009
 
Point of Contact
Gwen Y Hubbard,, Phone: (301) 827-7172, Mary Rose A. Nicol,, Phone: 301-827-7183
 
E-Mail Address
gwendolyn.hubbard@fda.hhs.gov, maryrose.nicol@fda.hhs.gov
 
Small Business Set-Aside
N/A
 
Description
Hotel/Conference Room This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. This solicitation is issued as a Request for Quotations (RFQ). This solicitation is unrestricted, the NAICS code for this action is 721110 and the business size standard is $6 million. THIS AWARD IS NOT FOR EVENT PLANNING SERVICES. The Food and Drug Administration intends to negotiate a firm fixed price contract for conference space and hotel services in Montgomery County, MD using FAR Part 13 Simplified Acquisition Procedures. STATEMENT OF WORK: CBER FOREIGN REGULATORS SEMINAR 1.0Introduction 1.1.Background In response to international requests for information and training, the U.S. Food and Drug Administration’s Center for Biologics Evaluation and Review (CBER) is presenting a Foreign Regulators Seminar to foreign regulatory counterparts interested in learning about our biologics review process. This training is open only to staff from foreign pharmaceutical regulatory (government) authorities at the request of their organizations. This training is not intended for U.S. government employees. The CBER Foreign Regulators Seminar will provide information about the U.S. biologics regulatory process, which includes vaccines, blood and blood products, cellular and gene therapies, human tissues, medical devices, biostatistics and epidemiology, compliance and biologics quality, reviewer training guidance and regulations, bioresearch monitoring, licensing and post-marketing activities. 1.2 Objective The purpose of this procurement is to have a facility that shall provide conference room coordination and audiovisual support for the five day Foreign Regulators Seminar that has been scheduled for October 5-9, 2009. 1.3 Project Scope The facility will provide a conference room and audiovisual support. 1.4Conference Room Space The conference room space on all five days shall accommodate the following room configuration: •Amphitheatre seating with desk tops for 50 participants and 15 speakers, room can not be broken down for other functions during this meeting period •Podium •Two (2) panel tables in front of room, on rollers •Eight (8) chairs for panel table seating •Three (3) 6-ft display tables in rear of room for signage display and materials. •Flip chart stand/paper front of room •Foam board posted for tacking materials posted on side of room •One (1) 6-ft reception table and 2 chairs outside conference room for registration and materials •Water station outside conference room. •Facility to offer complimentary on-site parking. The facility must be within two (2) city blocks of a Metro subway station located on Rockville Pike / Wisconsin Avenue, in Montgomery County, MD. The facility must be accessible to FDA staff travelling from the CBER Woodmont Office Complex on Rockville Pike, and CBER Rockville II Complex on Security Lane, within 15 minutes drive time. 1.5 Working Lunch Space 1. Room space to accommodate 50 participants for a working lunch on each day with tables to accommodate 6 persons per table. 2. Lunch for five days for 50 participants. 3. Space out side conference room for continental breakfast, mid-morning refill and mid-afternoon break every day. 4. Service for lunch, breakfast and breaks every day. 1.6 Audiovisual Support The facility shall provide on each of the 5 days: 1. One (1) push to talk handheld wireless microphone at Podium, with control unit 2. Table top microphones (4) push to talk for panel 3. One (1) push to talk handheld wireless microphone for participants 4. One (1) lavaliere wireless microphone for speaker 5. Sound System package to include: 2 speakers, channel mixer 6. LCD package to include screen, cart, cords/power strips & tape down A/V technician on-call 7. One (1) internet connection in rear of conference room 1.7 Quality Assurance 1. Meet with facility coordinator to discuss audiovisual equipment and set up. 2. Confirm with facility coordinator audiovisual equipment and set up prior to event start date. 3. Facility coordinator confirms room set up prior to event start date 4. Facility and AV checks set-up every morning prior to event start time. 1.8 Performance Standard 1. Facility coordinator provides list of audiovisual equipment and set up 2. Facility coordinator confirms audiovisual equipment and set up 3. On each day, room set and AV are confirmed according to requirements. 2.0 Task Deliverables and Milestones ActivityDeliverableTimeframe Meet facility coordinator to discuss room set up; food room, set-up and service; and audiovisual support.Draft room design plan; room set up; food room set-up and service; and list of audiovisual equipment1 month after contract award Meet with facility coordinator to finalize roomFinal room design plan; room set up; food room, set-up and service; and list of audiovisual equipment1 month prior to event start date Meet with facility coordinator to finalize event Confirmation of room design plan; room set up; food room set-up and service; and audiovisual equipment function and set up48 hours prior to event start date Meet with AV technician to determine audiovisual equipment functionAudiovisual equipment function testEvery morning of event Meet with facility coordinator for room set up; food set-up and audiovisual support.Room set-up; food room set-up and serviceEvery morning of event 2.1 Criteria for Acceptance FDA/CBER/OCTMA/DMAT will review contractor deliverables in accordance with specifications and standards stated in the criteria established and any directives issued during the term of this contract. FDA/CBER/OCTMA/DMAT Management has the authority to accept or reject deliverables. The acceptance of deliverables and satisfactory work performance required herein shall be based upon the timeliness, accuracy and suitability of the deliverable. The specific deliverables and schedule for delivery shall be as agreed upon and documented. Deliverables will be submitted to FDA/CBER/OCTMA/DMAT/ CDDTB Project Officer. 3.0Period of Performance: Dates: October 5 – 9, 2009, Monday - Friday, 8:00am – 4:30pm Meeting dates are not flexible. Meeting schedule is based on current international public health meetings and regulatory schedules. 4.0 Status Reporting The facility will provide design plan and confirmations as specified in Section 2.0. 5.0Past Experience The contractor must be able to demonstrate past experience directly relevant to the types of work needed. Such experience includes projects performed in the past five years similar in scope to the requirements of this Statement of Work. EVALUATION FACTORS Quotations received shall first be evaluated from a technical standpoint without regard to proposed cost. Those quotations considered technically acceptable shall then be evaluated from a financial and management standpoint. Although technical factors are of paramount consideration in the award of the contract, cost/price is also important to the overall decision. All evaluation factors, other than cost/price, when combined, are significantly more important than cost or price. Primary consideration shall be given to the evaluation of the technical rather than cost or price. It is pointed out, however; should technical competence between offerors be considered approximately the same, the cost or price could become primary. Offerors are advised that award will be made to that offeror whose quotation provides the combination of features that offers the best or greatest overall value to the Government. The Government is more concerned with obtaining performance capability superiority rather than lowest overall cost. However, the Government will not make an award at a significantly higher overall cost to the Government to achieve only slightly superior performance. Overall cost to the Government may become the ultimate determining factor for award of a contract as quotations become more equal based on the other factors. This evaluation shall be based upon the completeness and thoroughness of the quotation submitted. The offeror should show that the objectives stated in the request for quotation are understood and offer a logical consistent program for their achievement. The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to the needs of the project as set forth in the RFQ. The merits of each quotation will be evaluated carefully. Each quotation must document the feasibility of successful implementation of the requirements of the RFQ. Offeror must submit information sufficient to evaluate their quotations based on the detailed criteria listed below. POTENTIAL AWARD WITHOUT DISCUSSIONS The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. TECHNICAL EVALUATION CRITERIA The evaluation criteria are used by the technical evaluation committee when reviewing the technical quotations. The criteria below are listed in the order of relative importance. A) Experience and Capability of Facility (1) Provide seminar space and coordinate room set up. (2) Provide working lunch space and coordinate room-set and food service. (3) Provide audiovisual equipment and coordinate set up. (4) Provide audiovisual technician for audiovisual support. (B) Understanding the Scope of Work Provide a comprehensive statement of the scope and purpose of the project to demonstrate complete understanding of the intent and requirements. State the overall objectives and the specific accomplishments you hope to achieve. Indicate the rationale for your plan, and the relationship to comparable work in progress elsewhere. (1) Knowledge and understanding of the Scope of Work is demonstrated by the clarity, practicality, and appropriateness of the offeror’s quotation and plan to accomplish the effort. (2) Demonstrate recognition and ability to overcome potential difficulties in the performance of the project. (C) Past Performance Facility shall submit a list of three (3) references. Contracts listed may include those entered into by the Federal Government, agencies of State and local governments and commercial customers. (D) Price The Government will review the price schedules for completeness and accuracy. A determination will be made as to whether the Offerors have properly completed the price schedules. Price will be evaluated for reasonableness by comparison to published market rates, independent Government cost estimates; prices for similar items obtained through market research; and other contract prices. The following FAR clauses shall apply to this solicitation: FAR Part 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation Commercial Items: 1. Price, and 2. Location; 52.212-3 Offerors Representations and Certifications; 52.212-4 Contract Terms and Conditions; and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items. In accordance with FAR 52.204-7 Central Contractor Registration (July 2006); contractors are Required To Register in the Central Contractor Registration (CCR) database http://www.ccr.gov, PRIOR to award of any contract. In addition, the offeror's facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12101 et. Seq.). All responsible sources that can provide and meet the above requirement shall submit written quotations by 2:30 p.m., EST, April 30, 2009 via mail, email, or by fax (301) 827-7106. All questions shall be submitted in writing by fax or email: Gwendolyn.hubbard@fda.hhs.gov by noon, April 24, 2009. All sources must submit along with their written quotes a nine-digit numeric Duns number is assigned by Dun & Bradstreet. To apply for a Duns number, please call 1-866-705-5711.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=47bbc3e41864c0e5f51d7cd4a95d69b2&tab=core&_cview=1)
 
Place of Performance
Address: Montgomery County, United States
 
Record
SN01797726-W 20090423/090421215827-47bbc3e41864c0e5f51d7cd4a95d69b2 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.