Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2010 FBO #3134
SOLICITATION NOTICE

X -- Meeting Package - Statement of Work

Notice Date
6/22/2010
 
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
NFFKSF50-10-14448
 
Archive Date
7/22/2010
 
Point of Contact
Gina E Lee, Phone: 301-713-0820 x208
 
E-Mail Address
gina.e.lee@noaa.gov
(gina.e.lee@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work This is a combined synopsis/solicitation for a for commercial items prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. Solicitation Number NFFKSF50-10-1448 is being issued as a Request for Quotation. This acquisition is being solicited using Simplified Acquisition Procedures. The North American Industry Classification System Code (NAICS) is 721110 and business size is $7.0. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Office of Sustainable Fisheries (SF), Regulatory Services Division (RSD) will host the 2009 Regional Fishery Management Council Training in Washington, DC or Silver Spring, MD. The contractor shall provide required facilities (meeting room with alcove or adjacent room and sleeping rooms) and audio-visual services and equipments and light refreshments for the participants. The Contractor shall provide the following: Meeting Room with Alcove or an adjacent room: The contractor shall provide a meeting room to support this event that can accommodate crescent rounds for 30-35 individuals (approximately 4 individuals per table), a side table with 3 chairs plus perimeter seating to accommodate an additional 10-15 individuals; and two skirted tables outside the meeting room for use as a registration area for the three days of training on the following days: October 19, 2010 set up by 7:30 a.m. to 5:30 p.m. through October 20, 2010 set up by 7:30 a.m. to 5:30 p.m. and October 21, 2010 from 7:30 a.m. through 1 p.m. Area to accommodate buffet-style breakfast, served morning/afternoon breaks consisting of light refreshments for 40-45 participants to allow full participation through the scheduling of programs during meals/breaks for the 2 ½ days (on the 3rd day, only breakfast and the morning break is required). It is preferable to have the break refreshments available outside and adjacent to meeting room, if possible, otherwise, it is to be set up at the back of meeting room. Light refreshments are defined to include, but not limited to, coffee, tea, milk, juice, soft drinks, bagels, fruit, granola bars, pretzels, cookies, chips, or brownies. The set up of the meeting room(s) shall include audio visual equipment. Audio Visual Equipment: The contractor shall provide a 1) Podium & microphone, 2) Microphone system or mixer necessary to service all microphones in the room, (4 channel), 3) Flip Chart Easel with self sticking backing for posting on the walls, 4) Lapel microphone - wireless, 5) LCD projector on a stand, power cord and cable ready to be connected to a laptop computer, and 6) Screen for LCD projector, 7) Free standing microphone in middle of room from 7:30 a.m. on October 19, 2010 through 1 p.m. October 21, 2010. Sleeping Rooms: The contractor shall provide a block of approximately 28 rooms needed for the nights of October 17, 2010; 5 guest rooms for the night of October 21, 2010. These rooms are not to exceed the Federal Government per diem rate for the Washington, DC or Silver Spring, MD area. Additionally, a separate block of 6 guest rooms must be available at the normal government rate. This is not part of the purchase order/contract directly; the attendees using these rooms will be making their own hotel arrangements. Light Refreshments: The contractor shall provide a area to accommodate buffet-style breakfast, served morning/afternoon breaks consisting of light refreshments for 40-45 participants to allow full participation through the scheduling of programs during meals/breaks for the 2 ½ days (on the 3rd day, only breakfast and the morning break is required). It is preferable to have the break refreshments available outside and adjacent to meeting room, if possible, otherwise, it is to be set up at the back of meeting room. Light refreshments are defined to include, but not limited to, coffee, tea, milk, juice, soft drinks, bagels, fruit, granola bars, pretzels, cookies, chips, or brownies. The resulting purchase order shall be awarded on a best value basis and negotiated on a firm fixed price basis. Period of Performance: October 19, 2010 to October 21, 2010. Best value evaluation factors include the following: 1) Technical 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: Outstanding (O) - Conspicuously striking in eminence; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-42. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-2, Evaluation - Commercial Items - The Government will 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. FAR 52.212-3, Offeror Representations and Certificates - Commercial Item, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.222-3, Convict Labor, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees, FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.239-1, Privacy or Security Safeguards. All responsible sources that can meet the requirements and provide the items as listed above may respond to this solicitation by submitting a quotation addressed to Gina E. Lee, Purchasing Agent, National Oceanic & Atmospheric Administration, 1305 East West Highway, Suite 7144, Silver Spring, Maryland 20910, to be received no later than July 7, 2010 at 12:00pm. The Government reserves the right to make one award or no award at all as a result of this solicitation. Responses are to be emailed to Gina.E.Lee@noaa,gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NFFKSF50-10-14448/listing.html)
 
Place of Performance
Address: Silver Spring, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN02185444-W 20100624/100623000229-70ce2b362c5184e35f275f35585bf13e (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.