Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2009 FBO #2771
SOLICITATION NOTICE

U -- CSTL Summer Off-site Leadership Meeting

Notice Date
6/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
NB183000-9-05599jb
 
Archive Date
7/5/2009
 
Point of Contact
Janet E. Braden, Phone: 3019756365, Mario A. Checchia, Phone: 301-975-8407
 
E-Mail Address
Janet.Braden@nist.gov, mario.checchia@nist.gov
(Janet.Braden@nist.gov, mario.checchia@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Parts 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation Number NB183000-9-05599jb is issued as a request for quotation. This solicitation is set aside exclusively for small business concerns. The North American Industry Classification Code (NAICS) is 541690 Other Scientific and Technical Consulting Services. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-32. The associated North American Industrial Classification System (NAICS) code for this procurement is 541690 with a size standard of $7.0 million. The U.S. Department of Commerce (DOC), National Institute of Standards and Technology (NIST), has a requirement for Leadership Facilitation of the CSTL Summer Offsite, Background - The Chemical Science and Technology Laboratory (CSTL) of the National Institute of Standards and Technology (NIST) is the United States’ reference laboratory for chemical measurements, entrusted with developing, maintaining, advancing, and enabling the chemical measurement system for the nation. Today, CSTL has the most comprehensive array of chemical, physical, and engineering measurement capabilities of any group working in chemical science and technology. Our broad customer base includes established industrial sectors and emerging industries, government agencies, standards and trade organizations, and the academic and scientific communities. CSTL is recognized as the world’s leading chemical metrology laboratory, and our technical excellence, broad range of capabilities, and flexibility have served us well towards responding to the changing needs of the nation. Our continuing interactions with industry to help us prioritize our programs have been essential, and we appreciate the ideas and input our industrial and academic colleagues have shared with us so generously. 1. Scope of Work -The Contractor shall facilitate the offsite meeting for CSTL. 2. Specific Tasks-The Contractor shall assist CSTL in conducting a leadership and priority-setting offsite related to leadership, measurement, standards and technology needs. The offsite will be held July 27-30, 2009, at the Rocky Gap Resort in Flinstone, Maryland. The specific tasks to be conducted by the Contractor are shown below. Task 1. Perform as the lead facilitator for the 2-day Strategic Planning Portion of a 4-day Leadership Offsite. The Contractor shall lead a 2-day Priority Setting workshop. The Contractor shall provide the following services and/or products: Agenda and Offsite Development. One professional facilitator to assist Deputy Director CSTL in the development of agenda for two middle days of a four-day offsite. The facilitator will recommend future scenarios to focus work group process and provide ideas about a group leadership/communications exercise. Meeting facilitation. Same professional facilitator shall be provided during days two and three of the offsite. The facilitator shall guide the group and reach the desired outcomes using compression planning techniques. The facilitation process will be designed to solicit ideas and gain consensus on the priorities for measurements and standards. The outcome the groups will be working toward is a set of well-defined priorities that CSTL will work towards over the next three years; Priorities that can be readily understood by decision-makers within NIST and by external groups/agencies in a position to fund such activities. Facilitate work group activities identifying current CSTL strengths and opportunities and potential future research areas. Evening Communications Activity. The facilitator will facilitate discussion/group activity that addresses CSTL-wide communication and cooperation challenges on the evening of day 2. Exercise to be chosen in connection with the agenda development. Task 2. Offsite Report. A draft offsite report will be generated. The facilitator will be required to review the portions concerning the strategic planning sessions for accuracy and completeness. Deliverables and Deliverable Due Dates- Draft report will be made available for comment by 8/18/09. Comments and corrections are due by 8/21/09. Standards for Acceptance of Deliverables: The Technical Information Contact (TIC) will provide comments on each deliverable within three (3) calendars days from receipt of a given deliverable. The contractor shall make any needed changes to the deliverables within two (2) calendar days from receipt of electronic or written comments from the TIC. Period of Performance and Place of Performance- The period of performance is 7/06/09 – 9/30/09. All work shall be accomplished at the Rocky Gap Resort in Flinstone, Maryland or at the Contractor’s facility. Government-Furnished Property, Data and/or Information- No Government property will be provided to the Contractor. Risk Assessment -The HSPD-12 Security Risk Level assigned to this contract is low risk. Exhibits and Attachments-None. Performance Standards •All deliverables are submitted on time •Contents of the deliverables are complete, accurate, and pertinent to the offsite purpose. Travel- Travel shall be reimbursed in accordance with the Federal Travel regulation. The Contractor shall not exceed funding for travel as specified in this contract. Contractor’s Minimum Qualifications-The Contractor shall have at least 3 years of experience in facilitating Directorate-level or higher meetings. The Government intends to award a firm fixed price purchase order resulting from this solicitation to the responsible Offeror whose quote confirming to the RFQ provides the best value to the government based on information provided in response to this RFQ, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria and the resulting purchase order shall be negotiated on a fixed price basis. The award shall be made on a best value basis. The best value evaluation factors are listed in order of importance, include the following: 1) Technical Capabilities - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance (quote must provide a list of at least three (3) references to whom the same or similar services have been provided); and 3) Price - The amount, realism and consistency of the evaluated price. Non-price factors are more important than price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) - Conspicuously striking in eminence; Excellent (E) - Very good of its kind; eminently good, superior or first class; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit; Unsatisfactory (U) - Not acceptable, not adequate to carry out. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ***The following clauses apply to this acquisition: 52.204-7 Central Contractor’s Registration (CCR) Database; 52.211-5 Brand Name or Equal; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: (6) 52.219-4, Notice of Price Evaluation Preferences for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in it’s offer); (19) 52.222-3, Convict Labor; (20) 52.222-19 Child Labor - Cooperation With Authorities And Remedies; (21) 52.222-21, Prohibition of Segregated Facilities; (22) 52-222-26, Equal Opportunity; (24) 52.222-36, Affirmative Action for Workers with Disabilities; (26) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Feeds (Dec 2004) (E.O. 13201); (34) 52.225-13 Restriction on Certain Foreign Purchases; (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** Offerors shall submit their quote in accordance with FAR 52.212-1(b). EACH SUBMITTED QUOTE SHALL ADDRESS ITEMS (1) THROUGH (11) OF FAR 52.212-1(b) as follows: As a minimum, offers must show— (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) “Remit to” address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. PRICING SHOULD BE INCLUDED AS A SEPARATE DOCUMENT FROM ALL OTHER QUOTATION DOCUMENTS. Pricing must be a firm fixed price for the above described services, separately, and shall exclude any taxes since the Federal Government is exempt from state taxes. Each quote shall include at a minimum the following information to be considered: (1) a plan on how to provide the leadership facilitation services; and (2) Past performance references which must include the company/organizations name, contact person, phone number, and e-mail address and related contract dollar amounts and type of contract. The terms and conditions of the resultant purchase order will include FAR clause 52.212-4 and FAR clause 52.212-5, with the same fill-ins as indicated in this RFQ. If any additional documentation is required by the Offeror to be executed, then it will be considered an Addendum to the purchase order, and any conflicts in terms and conditions between the purchase order and that Addendum shall be governed by paragraph (s), Order of precedence, in FAR clause 52.212 4. The National Institute of Standards and Technology reserves the right to negotiate the terms of any proposed addendum. The due date and time for quotations is July 1, 2009 at 12:00 pm EST. The quotes shall be submitted via e-mail to the Contract Specialist, Janet Braden, at janet.braden@nist.gov not later than July 1, 2009 at 12:00 pm EST. The Offeror shall email their quote to Janet.braden@nist.gov, so that it is received by the response date for this RFQ. The quotation may be submitted in one or more of the following formats: Microsoft Word, Microsoft Excel and/or Adobe.pdf. It is the responsibility of the contractor to confirm NIST's receipt of quote. Each quote shall include sufficient data to allow the Government to determine the amount, realism and consistency of the quoted fixed price. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB183000-9-05599jb/listing.html)
 
Place of Performance
Address: Flinstone, Maryland, United States
 
Record
SN01857932-W 20090628/090626235717-211257219a0560007e85c866a8ed380e (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.