SOLICITATION NOTICE
X -- CONFERENCE SPACE FOR NSF/DAS
- Notice Date
- 1/25/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- National Science Foundation, Division of Acquisition and Cooperative Support, DACS, 4201 Wilson Boulevard, Room475, Arlington, Virginia, 22230
- ZIP Code
- 22230
- Solicitation Number
- DACS10P2126
- Archive Date
- 2/16/2010
- Point of Contact
- Jannele Gosey, Phone: (703) 292-4445
- E-Mail Address
-
jgosey@nsf.gov
(jgosey@nsf.gov)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation is being issued as a Request for Quote (RFQ). Proposals are being requested and a written solicitation will not be issued. Provisions and clauses in effect through FAC 2005-37 are incorporated into this RFQ. OBJECTIVE The National Science Foundation (NSF) intends to procure meeting space for the period of time from March 15th to April 30th. Each room must be available from 7:00-6:00PM Monday through Friday. The hotel must be located in Arlington, VA, must be less than 1/2 mile from NSF and be metro accessible. If offeror cannot provide rooms for all days, they are encouraged to bid for what days they have space available. MEETING SPACE REQUIREMENT: The hotel must provide 3 rooms which can each accommodate up to 20 people. These rooms need to be able to be set up in conference or classroom style AUDIO VISUAL REQUIREMENT: Each room should be equipped with standard AV (projector, projection screen, handheld and lapel microphone and a laptop with CD/DVD player. Each room should be also equipped with high speed internet access to allow up to 20 laptops to be used simultaneously. NSF intends to use an outside vendor for additional equipment, including laptops (when required for the meeting). The hotel contract must include an outside vendor clause. SUBMISSION OF PROPOSAL: Proposals are due no later than 3:00pm, local Washington, D.C. time, February 1, 2010. Proposals are to be e-mailed to Jannele Gosey at jgosey@nsf.gov. No faxes will be accepted. If you have questions regarding this requirement, please submit your inquiries, via email, to Ms. Gosey, no later than 12:00pm Washington, D.C. local time, Janaury 27, 2010. The quote shall clearly and fully demonstration the offeror’s capability, knowledge, and experience in regard to the technical requirements described herein. Stating that you understand and will comply or paraphrasing our requirements is not adequate. 1. Technical Instructions a. Ability to meet the government’s requirements. The quoter shall provide a draft contract including details regarding proposed sleeping rooms, meeting rooms, audio visual equipment and food. Quoter shall also include details regarding the facility. 2. Past Performance Instructions Furnish the following information for three (3) contracts or subcontracts awarded in the past three (3) years that are similar in size and scope to the tasks described in the Statement of Work. a. Customer's name, address, and current telephone number of both the lead contractual and technical personnel b. Brief description of contract work and comparability to the proposed effort. It is not sufficient to state that it is comparable in magnitude and scope. Rationale must be provided to demonstrate that it is comparable. c. Discuss major problems and highlight successes. d. Discuss compliance to cost/price estimate and other terms of the award. e. Identify the average number of personnel on the contract per year or percentage of turnover per year. `If you propose to use subcontractors (or teaming arrangements) to occupy a major role, provide the above information on each of the subcontractors (or team members). 3. Price Instructions The quoter shall provide a cost breakdown which includes the pricing for all of the requirements listed above. This order is to be priced on a firm-fixed basis. EVALUATION FACTORS FOR AWARD: EVALUATION-COMMERCIAL ITEMS - 52.212-2 The government will award a contract 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. The following factors shall be used to evaluate offers: In order of descending importance, the three factors are: Technical (ability to meet the government’s requirements), Past Performance, and Price. When combined, the Technical and Past Performance Factors are significantly more important than the Price Factor. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 1. Technical Factor – Ability to meet the government’s requirements. i. NSF will consider how well the offerings of the Quoter meet our needs. Offerings include: sleeping rooms, meeting space, audiovisual equipment, and food as stated above. Contractor also must be within a 1/2 mile of NSF. 2. Past Performance Factor Past Performance will be evaluated for relevance to NSF’s requirement, the quality of the performance, how recent the experience was, and the amount of responsibility the quoter had in performance. 3. Price Factor The total will be evaluated for reasonableness and realism. CLAUSES The following Federal Acquisition Regulation (FAR) provisions and clauses in effect through FAC 2005-37 are applicable to this procurement: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS;, 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR Clause 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS, The Contractor shall comply with following clauses, as indicated within the respective sections of paragraph b of this provision: (14) 52.222-3, CONVICT LABOR; (16) 52.222-19, CHILD LABOR; (17) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES; (18) 52.222-35, EQUAL OPPORTUNITY; (19) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; (20) 52.222-39, EMPLOYMENT REPORTS ON SPECIAL VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS, and; (31) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER____CENTRAL CONTRACTOR REGISTRATION;. 52.217-9, SECURITY REQUIREMENTS; 52.219-11
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NSF/DACS/DACS/DACS10P2126/listing.html)
- Place of Performance
- Address: 4201 Wilson Blvd, Arlington, Virginia, 22230, United States
- Zip Code: 22230
- Zip Code: 22230
- Record
- SN02049369-W 20100127/100125235009-e3d5bcf8963c6fdbdd01cedb6f2efff1 (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 |