Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2010 FBO #3039
SOLICITATION NOTICE

X -- Hydrographic Services Review Panel (HSRP) Meeting Package - HSRP SOW

Notice Date
3/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
NCNJ0000-10-07756
 
Archive Date
4/13/2010
 
Point of Contact
Sandra K. Souders, Phone: 3017130820141
 
E-Mail Address
Sandra.K.Souders@noaa.gov
(Sandra.K.Souders@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
HSRP Meeting Package 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 written solicitation will not be issued. Solicitation Number NCNJ0000-10-07756 is issued as a request for quotation. The North American Industry Classification Code (NAICS) is 721110 and the Small Business Size Standard is $6.5 million. The National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), Office of Coast Survey will host a Hydrographic Services Review Panel (HSRP) Meeting to be held in Providence, Rhode Island on May 4-7, 2010 under the authority of the Federal Advisory Committee Act (FACA). The Office of Coast Survey requires the services of a facility to provide an inclusive meeting package (sleeping rooms, meeting space, audio-visual equipment, miscellaneous support services, and on-site meal service including breakfast, lunch, AM and PM breaks) that will accommodate approximately twenty-five attendees to this HSRP Meeting. The facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12010 et. seq.) and the Hotel and Motel Fire Safety Act of 1990 (Public Law 101-391) (15 U.S.C 2201 et. seq.) and listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.dhs.gov/applications/hotel/. The facility must meet the following requirements: 1) Location of the facility must be in downtown Providence, Rhode Island with easy accessibility to restaurants and public transportation for public attendees. 2) Provide Government per diem rates for a block of sleeping rooms for meeting attendees as follows: May 4, 2010 - twenty-five (25) sleeping rooms; May 5, 2010 - twenty-five (25) sleeping rooms; May 6, 2010 - five (5) sleeping rooms. Note: Estimated fifty-five (55) total sleeping rooms; actual room use will vary per night with final confirmation of room use by April 30, 2010. Payment will be issued only for the number of rooms actually used. 3) Meal Service which includes breakfast, lunch, AM and PM breaks for approximately twenty-five (25) meeting attendees for May 5-6, 2010. 4) Meeting room specs for May 5-6, 2010: Rectangular or square shaped meeting room with square footage of at least 2,000 sq. ft. or greater to hold an open U-shaped formation to seat twenty five (25) people around the U-shape (important that the Panel members seated at the U-shape have sufficient elbow room) with theatre style seating for fifteen members of the public on each side of the U-shape formation (total of thirty seats); Minutes at the HSRP FACA meeting is recorded-hotel facility must provide a meeting room where there is no noise disruptions during the recording of the meeting; Prefer meeting room set-up afternoon or evening before meeting; Same meeting room must be available for both days, with ability to leave equipment locked in the room overnight; projection space in front of U-shape; tables for handouts (1-2 tables in back of room); Tables for light refreshment service (placed in back of room to minimize noise and disruption); Tables for panel speakers in front of U shape for 5-6 persons; Minimum of 2 power supply strips for Court Reporter and HSRP staff equipment; 2 flag poles and one (1) American Flag (NOAA will provide NOAA flag); 1 podium for speakers equipped with microphone; 2-3-easels with stands, easel pads and markers. 5) Audio-visual equipment (12 push-to-talk microphones at U shape table; 2 push-to-talk microphones at Panel Speaker table; podium microphone; lapel microphone; sound mixer; 1-2 standup microphone for theatre seating area; high quality projector with projection screen and backup bulbs; necessary additional power strips; teleconference/poly-com line set up (actual use TBD) and wired or wireless Internet capability; projector with screen; A/V support services (as needed) including set up of audio-visual equipment). 6) Miscellaneous support services to include: Set up of all AV equipment; High quality computer, printer, copier, fax equipment accessibility; Support services for immediate adjustments for thermostat temperature control and lighting control; Conference room setup prior to meeting; Storage space for meeting supplies; Public parking; FedEx accessibility; Light refreshment service that includes the leaving of AM and PM refreshments through morning and afternoon breaks to minimize noise disruption to Panel discussion; Additional coordination and support services as required;. The resulting purchase order shall be a negotiated on a firm fixed price. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: 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; and Unsatisfactory (U) - Not acceptable, not adequate to carry out. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-38 (Correction). The provisions and clauses may be downloaded at http://arnet.gov.far. The following provisions and clauses shall apply to this solicitation. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation - Commercial Items. The Government shall award a purchase order 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: (i) approach, (ii) past performance, (iii) price; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. Interested contractors are invited to review the attached Statement of Work titled 'Hotel Conference Facility, Hydrographic Services Review Panel (HSRP) Meeting May 4-7, 2010' and provide a written and electronic response to be received no later than noon March 29, 2010 addressed to Sandra K. Souders, Purchasing Agent, National Oceanic and Atmospheric Administration, 1305 East West Highway, Suite 7167, Silver Spring, Maryland 20910, Sandra.K.Souders@noaa.gov. Contractors must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. An original and four copies shall be submitted as well as an electronic version in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. A one page letter shall transmit the quotation signed by an individual authorized to commit the organization. Each response shall be on 81/2 -inch x 11-inch paper, in a commercially standard font, not smaller than a size 12 font. The response shall be secured by simple stapling and shall not contain elaborate binding. Each page in the response shall be separately numbered. A page of paper printed on both sides is considered two pages. The offer, including the letter of transmittal, shall be limited to ten (10) single sided pages. Submit offers arranged in three sections as follows: Section I - Approach, which includes identification and qualifications of relevant personnel and technical management approach; Section II - Past Performance, which includes relevant experience which describes at least three (3) relevant projects performed in the last three years and quality of performance; Section III - Price, firm fixed price for the required meeting package. Each firm fixed price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the firm 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NCNJ0000-10-07756/listing.html)
 
Place of Performance
Address: Providence, Rhode Island, United States
 
Record
SN02097646-W 20100321/100319235121-48ba9c4835078d8ed3bac3ebceb06dc5 (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.