Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2010 FBO #2986
SOLICITATION NOTICE

X -- CDI MEETING

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
DACS10P2125
 
Archive Date
2/17/2010
 
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, sleeping rooms, audio visual equipment and food of a high-quality hotel for the NSF CDI Meeting to be held in April or early May, 2010. There will be two sets of 2 day meetings, and corresponding sleeping room blocks for 2 nights per guest. The hotel must be located in Arlington, VA or near Roslyn, VA., and must be located in close proximity to Reagan National Airport, with easy access to the metro and the National Science Foundation. Each meeting is expected to have 230-280 participants. MEETING SPACE REQUIREMENT On the first day of each set of meetings), one general session room to accommodate 300-350 attendees will be needed from 8:00 and 9:30AM. On one set of 2days of meetings, the hotel must provide 12 meeting rooms to accommodate 15-20 participants in each room. The rooms can be set up in hollow-square or U-shaped table arrangement, with 5-10 chairs in the periphery or back of the room. In addition, two office spaces will be necessary. On the other set of 2 days of meetings, the hotel must provide 15 meeting rooms to accommodate 15-20 participants in each room. The rooms can be set up in hollow-square or U-shaped table arrangement, with 5-10 chairs in the periphery or back of the room. In addition, two office spaces will be necessary. The meeting rooms will be reserved on 24 hour lock basis given the confidential nature of the information that will be handled in these meetings. SLEEPING ROOMS REQUIREMENT The hotel must provide 140 and 180 (280 and 360 room nights respectively) single, private rooms with private baths for the nights of the meetings. Audio Visual Equipment Requirement: Large general session room requirements: one LCD projector, projection screen, podium and microphone. Meeting room requirements: LCD projectors, screens, flipcharts, and wireless high-speed internet access must be available in each meeting room. NSF will provide 12-15 laptops for each room of which NSF intends to use an outside vendor. The hotel contract must include an outside vendor clause. FOOD REQUIREMENT Morning and afternoon breaks for 230-280 participants will be needed on the two sets of meeting dates. Refreshments are to be set up in each meeting room or in the common area adjacent to the meeting rooms: -First day: early morning refreshments, morning and afternoon coffee breaks -Second day: early morning refreshments and morning coffee break NOTE: Pursuant to the National Science Foundation Authorization Act of 1988, NSF may use appropriated funding for special activities which includes meals and beverages. SUBMISSION OF PROPOSAL: Proposals are due no later than 3:00pm, local Washington, D.C. time, February 2, 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, January 28, 2010. INSTRUCTIONS TO OFFERORS: 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/DACS10P2125/listing.html)
 
Place of Performance
Address: 4201 Wilson Blvd, Arlington, Virginia, 22230, United States
Zip Code: 22230
 
Record
SN02049393-W 20100127/100125235024-f3755a4370feef33eff77e4aac83fde9 (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.