Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SOLICITATION NOTICE

R -- Conference Planning - Policy and Procedural Reviews for PBS - Policy and Procedural Reviews for PBS - Policy and Procedural Reviews for PBS - Policy and Procedural Reviews for PBS - Policy and Procedural Reviews for PBS

Notice Date
4/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Physical Capital Asset Management Division (PGE), 1800 F Street, NW, Room 4302, Washington, District of Columbia, 20405
 
ZIP Code
20405
 
Solicitation Number
GS-00P-10-CYP-0105
 
Archive Date
4/17/2010
 
Point of Contact
Ebony K. Parker, Phone: 202-501-2763
 
E-Mail Address
ebony.parker@gsa.gov
(ebony.parker@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Proposal Evaluation Instructions to offerors ATTACHEMENT II - Inherently Govt. Functions Attachement I Addl. Contract Clauses This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. The associated North American Industrial Classification System (NAICS) code for this procurement is 541690 with a small business size standard of $7.0M annual gross receipts for a period of 3 years. THIS IS A 100% SMALL BUSINESS SET-ASIDE. General Services Administration (GSA), Public Buildings Service (PBS), Contracting and Facilities Division (PGE), is requesting services for conference planning support, to assist in the planning, scheduling, coordination and processing of documentation for conferences and related services at GSA, PBS, Central Office located at 1800 F Street, NW, Washington, DC. Background: The Contracting and Facilities Division is responsible for 1) planning, acquiring, managing and divesting PBS' physical capital assets to deliver a work environment that optimize the effectiveness of PBS employee performance, 2) contracting, and 3) provide PBS Emergency Preparedness and Continuity of Operations. Our office is also responsible for proving conference and event planning support to the PBS business lines. Currently, the conference planning support is being conducted by two federal employees; a virtual program analyst with background in conference planning and a local program analyst who specializes in contracting to ensure that, not only conferences are planned effectively, but processed in accordance with federal regulations. Objective: To acquire contractor support to assist in planning conferences and events with the business lines, scheduling travel, conference rooms and other services with the contractors (normally hotels), coordinate activities between the business line, contracting officer and contractor, and processing contract documents for the Contracting Officer's signature and payment for the Public Buildings Service (PBS) in Central Office, 1800 F. Street, NW, Washington, DC. Required Services: The contractor shall provide the services included in the attached Performance Work Statement (PWS) (See Attachment I). Acknowledgement and Acceptance of Performance Measures and the Quality Assurance Plan shall be included in Volume II, technical proposal. Deliverables: The contractor shall provide the deliverables specified in the Performance Work Statement (PWS). Period of Performance : The period of performance for the contract will be for a period of a one (1) Base Year and four (4) option years. Base year (on or about May 1, 2010 - April 30, 2011). Price Schedule: The Contractor shall submit Labor hour rates under Volume I of their proposal. The pricing structure shall be as follows: LIN Labor Category Hrs Unit Price Total Price Discount Price 0001 Base Year: Conference Planner/Admin. Support May 1, 2010 thru April 30, 2011 $ $ 1001 Option Year I: Conference Planner/Admin. Support May 1, 2011 thru April 30, 2012 $ $ 2001 Option Year I: Conference Planner/Admin. Support May 1, 2012 thru April 30, 2013 $ $ 3001 Option Year I: Conference Planner/Admin. Support May 1, 2013 thru April 30, 2014 $ $ 4001 Option Year II: Conference Planner/Admin. Support May 1, 2014 thru April 30, 2015 $ $ Total Price $ $ Estimated Travel. If travel is authorized, all costs will be reimbursed at cost to the contractor in accordance with the Federal Travel Regulation (FTR) as defined in FAR Part 31.205-46, Travel Costs. Evaluation Criteria: The contractors will be evaluated on the evaluation criteria below. The Government intends to use Best Value. When combined, technical is more important than price. The evaluation criteria are in descending order of importance. FACTOR 1: Related Experience The contractor must demonstrate their related experience of the company and the proposed key personnel. Resumes must be presented in the proposal for evaluation. FACTOR 2: Technical Approach The contractor shall demonstrate their understanding of the Performance Work Statement (PWS) and include a breakdown their approach to assisting PBS in accomplishing their objectives. FACTOR 3: Past Performance The contractor shall submit three past performance references for evaluation. Past performance will be evaluated under the following sub factors: a) quality of services; b) timeliness of performance; c) business relations; and d) cost control. Price Evaluation: The contractor shall be evaluated to determine price reasonableness. The competitor's rate and the independent government estimate (IGE) will be used to determine if the contractor's price is fair and reasonable. Submission of Proposals : The Contractor's proposal is due on or before 2:00pm, E.S.T., Friday, April 16, 2010. Proposals will be evaluated based on best value to the government. Offerors must submit their final proposals for evaluation. Proposals must be submitted by email to Ebony N. Parker at ebony.parker@gsa.gov and one hard copy shall be mailed to Ms. Parker at 1800 F Street, NW, Room 4302, Washington, DC 20405. Proposal must be good for at least one year from the date of proposal submission. For further instructions for submitting proposals please see Attachment IV, Instructions to Offerors. The following Federal Acquisition Regulation (FAR) provisions are hereby applicable and incorporated by reference: 1) The provision at 52.212-1, Instructions to Offerors - Commercial Items; and 3) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. Offerors shall include a completed copy of the Online Offeror Representations and Certifications Application. Please refer to http://www.orca.bpn.gov. A completed copy of the Representations and Certifications should be included with the offer. The following Federal Acquisition Regulation (FAR) clauses are hereby applicable and incorporated by reference: 1) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items; and 2) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 3) The clause at 52.225-13, Restrictions on Certain Foreign Purchases; and 3) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (ALT I). The following General Services Administration Acquisition Manual (GSAM) clauses are hereby incorporated by reference: 1) The clause at 552.212-71, Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items is hereby incorporated by reference; clauses, 552.215-70, 552.228-70, 552.229-70, 552.232-70, apply to this solicitation and any resultant contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/PHA/GS-00P-10-CYP-0105/listing.html)
 
Place of Performance
Address: General Services Administration, 1800 F Street, NW, Washington, District of Columbia, 20405, United States
Zip Code: 20405
 
Record
SN02114912-W 20100409/100407234855-d87a640ae6cd0367d6592b469f99f7da (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.