Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2010 FBO #3010
SOLICITATION NOTICE

X -- Facilities, Meals, and Lodging for the US Department of Commerce Financial Management Conference

Notice Date
2/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
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
NIST-FY10FMC
 
Archive Date
3/10/2010
 
Point of Contact
Jo-Lynn M Davis, Phone: 301-975-6337
 
E-Mail Address
jo-lynn.davis@nist.gov
(jo-lynn.davis@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6- STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS – AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICIATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR), Federal Acquisition Circular 2005-38. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 with a small business size standard of $7.0 million. This acquisition is unrestricted and all interested Offerors may submit a quote (see submittal instructions at the end of this notice). The U. S. Department of Commerce (DOC), National Institute of Standards and Technology (NIST), on behalf of DOC has a requirement for meeting space, sleeping rooms, provision of food and beverages, and technical audio/visual support for the DOC Financial Management Conference. This is an executive-level event which is scheduled to held in May 2010. To be eligible for award for this procurement, the Offeror (property) must be suitable for the conference and located not less than 50 miles and not more than 225 miles from the DOC headquarters – Herbert C. Hoover Bldg. Washington, DC 20230. Related requirements and anticipated Contract Line items (CLINs) for this RFQ are as follows: The DOC will convene the Departments Chief Financial Officers and financial management community, along with a variety of academia and research speakers for a discussion on issues facing the Department and strategies we can use to improve financial management. The training conference will consist of two partial days, a full day and two nights at a facility not more than 225 miles from DC, 20230. The event will consist of a partial day on day one (afternoon to overnight), one full day and overnight, and another partial day (morning to mid-day). The conference date (period of performance) is May 11, 12, 13, 2010. The contractor must propose only available dates (the dates cannot be substituted). Conference Specifics The Contractor shall provide conference space and services that meet or exceed the following minimum requirements, within a property that is equal to or better than a three star rating: a.One meeting room to accommodate from 200 to 225 people (to be available on the dates/times listed for May 11, 12, and 13, 2010) set up with (covered) round tables; seating arrangements must be scaled up or down depending upon the number of attendees; b.One break out room to accommodate 50 to 70 people (seated – conference style) and one head/speaker table each for day one; c.Two break out rooms to accommodate 50 to 70 people (seated – conference style) and one head/speaker table each for days two and three; d.The following equipment: chairs and covered round tables to accommodate all attendees. The following audiovisual capabilities: projection screen and all necessary accessories to accommodate the room size. All cabling, power cords, etc.; 1 podium and microphone package (public address system); internet connection; and flip charts and markers; e.Meals – breakfast, lunch and dinner set up must be in a separate room from the main conference room; f.Lodging – guest/sleeping rooms for up to 225 people, for two nights (day one and two). All rooms are to be single occupancy; g.Two complimentary hospitality suites for two nights (inclusive in overall price); h.Snacks/Breaks – Snacks must be provided in a separate room/area from the main conference room including (at a minimum) coffee, tea, bottle water, and soda; i.Amenities located onsite that will promote teambuilding/communications building and teambuilding facilitation services or the allowance for an outside vendor to provide for such services; j.Flexible arrival and departure times - Some guests may arrive May 10th to set up for conference starting on May 11th and/or for a meeting being held in the morning on May 11th. Also, some guest may stay after the conference ends on May 13 or 14; k.Complimentary parking; l.Check in for all rooms must be available by noon on May 11th; and m.Complimentary pen and note paper for each participant for each day in the conference space. Additional Submission Information/Instructions - The amount per person for meals per person plus coffee breaks must correspond to the meals and incidentals expenses (M&IE) rate including taxes and service charges, for the corresponding region where the facility is located. The overnight lodging may not exceed the domestic per diem rates for lodging in accordance with the U.S. General Services Administration. See http://gsa.gov, for per diem rates, to verify the corresponding region where the property is located. Each Offeror must provide Past Performance References. Each reference shall be no more than three years old with relevant experience in providing the services identified in the Statement of Work. The Contractor shall be required to provide the following information for a minimum of three past performance references: Company/organization name and address; Contact person (name/title); Telephone number; Email Address; Type of event/number of days/any special accommodations; and Dollar of the contract. Performance by the Offeror as it relates to all solicitation requirements, including quality of services and products, effectiveness of cost management/control, timeliness of performance; customer satisfaction; and indication of ability to improve performance through proactive management will be evaluated for those Offerors whose technical proposals are determined to be acceptable. Requirements Summary: CLIN 0001– Day 1 The Contractor shall provide an afternoon coffee and snack service; dinner (buffet style is preferred, but plated will be considered) to all attendees at the conference. CLIN0002 - Lodging. The Contractor shall provide lodging service for up to 225 people, as follows: Arrival on the first day with rooms used that night, and the following night; with check out the afternoon of the third day. This is two nights of lodging. All rooms to be single occupancy. Meeting room for 225 people and one (1) break-out room each for 50 to 70 people each (conference or classroom setup). CLIN0003 – Day 2 The Contractor shall provide a Hot Buffet Breakfast, a mid morning coffee and snack service for up to 225 people, a Buffet Lunch, an afternoon coffee and snack service, and a Hot Dinner (buffet is preferred, but plated will be considered). Meeting room for 225 people (round tables) and two (2) break-out rooms for 50 to 70 people each (conference or classroom setup). CLIN0003 - Day 3 The Contractor shall provide a Hot Buffet Breakfast, and Brown bag/Box Lunch. Optional CLIN 0004 – Facilitation/Teambuilding Meeting room for 225 people and two (2) break-out rooms for 50 to 70 people each (conference or classroom setup). The following provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items (or complete an online ORCA registration.*** The following clauses apply to this acquisition: 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: (b): (18) Post Award Small Business Program Rerepresentation; (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; (23) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); (24) 52.222-36 Affirmative Action for Workers with Disabilities; and (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (c) (6) 52.222-52, Exemption from Application of the Service Contract Act to Contracts for Certain Services – Requirements, and (7) 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations. 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. EVALUATION AND AWARD: Evaluation will be based on the information provided in the written quotation; if the information is determined insufficient/unacceptable you will not be eligible for further consideration for award. The Government reserves the right to a site a site visit to further verify and confirm that the property meets the requirements. Each Offeror’s quote will be evaluated according to the factors shown below. The Offeror must submit three separate volumes, one each for technical capability, past performance, and price. A.Technical Capability (The technical portion of the quote must NOT include price information) Offeror’s shall include product literature/brochure/information cut sheets/menus/facility maps, etc. which address all specifications and clearly documents that the property/facility meets or exceeds the specifications identified herein (see also the site visit information above). The quotation addresses the required dates of May 11, 12 and 13th, 2010, and all other requirements. Include a statement if the property meets the Hotel and Motel Fire Safety Act of 1990 (Pub. L. No.101-391, September 25, 1990 as amended by Pub. L. No. 105-85, November 18, 1997). The Offeror should include descriptive literature regarding teambuilding facilitation services if available. If you reference website information ensure the link is available through April 30, 2010. B.Past Performance 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. PRICE (The Offeror must submit as a separate file/volume – other volumes must NOT address price). 1.The price evaluation will determine whether the proposed prices are realistic, complete, and reasonable in relation to the solicitation requirements. Proposed price must be entirely compatible with the technical quote. 2.The degree of importance of the proposed price will increase with the degree of equality of the proposals in relation to the other factors on which selection is to be based. The Government reserves the right to make an award without discussions and to award to other than the lowest price Offeror or the Offeror with the highest technical score if the Contracting Officer determines that to do so would result in the best value for the Government. Note: Past Performance and Price shall not be evaluated on quotes that determined technically unacceptable in accordance with the Technical Capability evaluation factor.***You must submit an original and five copies of the quote. The quote must be contained in three separate volumes: technical information, past performance, and price***All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Division ATTN: Jo-Lynn Davis, Building 301, Room B152, MS 1640, 100 Bureau Drive, Gaithersburg, MD 20899-1640. Offerors must ensure the RFQ number is visible on the outermost packaging. ***Submissions must be received by 3:00pm local time on March 3, 2010. FAXED QUOTES WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NIST-FY10FMC/listing.html)
 
Record
SN02068423-W 20100220/100218235013-9efe707dfcf9513d0037314029409994 (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.