Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2011 FBO #3603
SOLICITATION NOTICE

X -- NSF/GEO CHARETTE MEETING

Notice Date
10/4/2011
 
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
DACS12Q2103
 
Archive Date
10/26/2011
 
Point of Contact
Jannele Gosey, Phone: (703) 292-4445
 
E-Mail Address
jgosey@nsf.gov
(jgosey@nsf.gov)
 
Small Business Set-Aside
Total Small Business
 
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 2005-48 are incorporated into this RFQ. THIS IS A SMALL BUSINESS SET ASIDE OBJECTIVE The National Science Foundation (NSF) intends to procure meeting space, sleeping rooms, food, and audio visual equipment of a high-quality facility for the GEO Charrette Meeting to be held on November 1-4, 2011. The facility must be located outside of the Washington Metropolitan Area but within a one (1) hour driving distance from NSF. MEETING SPACE REQUIREMENT: The facility must provide one (1) large general session meeting room and 6 breakouts to accommodate 200 attendees on all meeting days. In the large general session meeting room requires some natural light, theatre or auditorium set-up. Breakouts room requires schoolroom or classroom setting, two side tables for material, same meeting room each day, and after meeting hour's access required. One hospitality room is needed for the first, second and third day of the meeting. Participants will provide food and drinks for the hospitality room. All applicable fees must be included. SLEEPING ROOMS REQUIREMENT: The facility must provide 120 single, private rooms with private baths for three nights (Tues, Wed, Thurs). All lodging rooms must be at the same location as the conference facility. Internet connection is required in sleeping rooms. Attendees will be paying for their own sleeping rooms; therefore a sleeping room block will be needed. All applicable fees must be included. AUDIO VISUAL REQUIREMENT: The hotel will be responsible for providing through rental up to seven LCD projectors, screen, 20 flip charts that can be used by presenters in the up to six breakout rooms and in the main meeting room as needed during presentations. The hotel shall provide a primary POC that is available for resolution of technical & logistical problems before and during the event. The projectors must allow for the connection of user laptops via VGA port/cable. The hotel will be responsible to have a sound system available at the plenary sessions and breakout rooms so that all attendees can clearly hear presentations, participate in discussions, and carry on a dialog that can be heard by all in attendance. There should be wireless Internet access in all meeting rooms with 1GB capacity for all participants to be connected to the Internet throughout the entire conference. The hotel shall ensure that all materials, services, products and electronic information and technology provided under this contract are in compliance with Section 508 of the Rehabilitation Act of 1973. All applicable fees must be included. FOOD REQUIREMENT: Beverages needed for Tuesday, Wednesday, Thursday and Friday of the conference. Lunch needed for Tuesday, Wednesday and Thursday of the meeting. Morning and afternoon beverage breaks for participants need to be continuous from 8:30a-5:00p. All applicable fees must be included. NOTE: Pursuant to the National Science Foundation Authorization Act of 1950, NSF may use appropriated funding for special activities which includes meals and beverages. SUBMISSION OF QUOTE: Quotes are due no later than 10:00 am, local Washington, D.C. time, October 11, 2011. Quotes are to be e-mailed to Jannele Gosey at jgosey@nsf.gov. No faxes will be accepted. Late quotes will be subject to the terms of FAR Provision 52.212-1 as incorporated below. As provided in 52.212-1, offerors shall provide a technical description of the items being offered in sufficient detail to allow the NSF to evaluate compliance with the requirements in this solicitation. 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, October 7, 2011. EVALUATION FACTORS FOR AWARD The following factors listed in descending order of importance shall be used to evaluate offers: (i) Technical - The quality of the proposed items/services and the capability to meet NSF's requirements. (ii) Price - will be evaluated for reasonableness. (iii) Past Performance - will be evaluated for relevance to this requirement. Technical and past performance, when combined, are significantly more important than price. NOTE: The NSF reserves the right to verify the offerings of any offeror through an onsite inspection of the property. SELECTION CRITERIA NSF will make a source selection decision based on Best Value. Award will be made to the responsible offeror whose quote provides the greatest value to the Government after consideration and evaluation of all the factors. The factors in descending order of importance are as follows: Technical, Price, and Past Performance. CLAUSES The following Federal Acquisition Regulation (FAR) provisions and clauses in effect through FAC 2005-16 are applicable to this procurement: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION-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: (8) 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET ASIDE; (19) 52.222-3, CONVICT LABOR; (20) 52.222-19, CHILD LABOR; (21) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES; (22) 52.222-26, EQUAL OPPORTUNITY; (24) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; (31) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER____CENTRAL CONTRACTOR REGISTRATION; and (33) RESTRICTIONS ON CERTAIN PURCHASES
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NSF/DACS/DACS/DACS12Q2103/listing.html)
 
Place of Performance
Address: 4201 Wilson Blvd, Arlington, Virginia, 22230, United States
Zip Code: 22230
 
Record
SN02601653-W 20111006/111004234539-654b938576954146e61165bde66f7bf8 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.