Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2015 FBO #4997
SOLICITATION NOTICE

X -- CONFERENCE FACILITY

Notice Date
7/28/2015
 
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 B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
SB1341-15-RQ-0635
 
Archive Date
8/19/2015
 
Point of Contact
Lynda M Roark, Phone: 3019753725, Patrick K Staines, Phone: (301)975-6335
 
E-Mail Address
Lynda.Roark@nist.gov, patrick.staines@nist.gov
(Lynda.Roark@nist.gov, patrick.staines@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 ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 with a small business size standard $32.5 million. This procurement is being competed using full and open competition. Background: This procurement is being conducted for the U. S. Department of Commerce (DOC), National Institute of Standards and Technology (NIST), Office of Special Programs (OSP), in Gaithersburg, Maryland. On February 4, 2014, the National Institute of Standards and Technology (NIST) announced the formation of the Organization of Scientific Area Committees (OSAC). The OSAC is a collaborative body of approximately 580 forensic science practitioners and other experts who represent all levels of the government, academia and industry. NIST established the OSAC to strengthen the nation's use of forensic science by supporting the development and promulgation of forensic science consensus documentary standards and guidelines. The ultimate objective of the OSAC is to create a sustainable organizational infrastructure that produces consensus documentary standards and guidelines to improve quality and consistency of work in the forensic science community. OSAC-approved standards will make up the OSAC Registry of Approved Standards. OSAC-approved guidelines will make up the OSAC Registry of Approved Guidelines. The registries will be freely available. The Naitonal Institute of Standards and Technology (NIST), OSAC has a requirement for a meeting facility to accommodate a large conference and support, lodging block, and audio visual services. This procurement is NOT intended for 3rd party meeting planners, this is a direct award to a hotel/conference facility at a single location. The facility must have onsite lodging availability for up to 480 attendees. This requirement does not procure the lodging. The attendees shall be responsible for procuring and making payment for their own lodging and will be reimbursed by the Government in accordance with the Federal Travel Regulations (FTR). The facility shall be located within Loudoun County, Virginia and be able to accommodate the meeting rooms, sleeping rooms, and AV requirements detailed in the meeting plan listed under CLIN 0002. 1352.215-72 Inquiries (Apr 2010) Offerors must submit all questions concerning this solicitation in writing to Lynda.Roark@nist.gov. Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of Provision) Requirement: The contractor provided facility shall serve as the host of the NIST sponsored Organization of Scientific Area Committees (OSAC) meeting held during the week of January 25-29, 2016. The contractor will provide: Conference spaces, Audio Visual, computer/wireless and other ancillary and conference support (e.g Concierge, desk, security, business operations center, signage and housekeeping/setup/cleanup, on-site parking), and onsite lodging for up to 480 attendees (lodging rooms will be procured outside of this contract by individual participants). The OSAC is made up of 33 OSAC units, which includes 24 Subcommittees, 5 Scientific Area Committees (SAC), 3 Resource Committees (RC) and the Forensic Science Standards Board (FSSB) and anticipates having up to 580 participants during the event. Conference Specific Mandatory Requirements: a. The facility shall be capable of providing meeting space with up to 27 concurrent breakout sessions, for up to 580 attendees with lodging for up to 480 attendees at the FTR. Overall, the facility shall support meetings for the 33 OSAC units that occur during January 25-29, 2016. The facility is responsible for maintaining accurate records of project activities. b. The facility shall be located within Loudoun County, Virginia, and be able to accommodate the meeting rooms, sleeping rooms, and AV requirements detailed in the meeting plan. c. The facility shall provide conference/meeting space to accommodate the number of meeting rooms and attendees listed in the meeting requirements below. At peak, the facility will be required to have 27 concurrent breakout rooms hosting 580 participants that will be identified by NIST. NIST will provide badges for identification of participants. d. The facility shall provide accommodations (sleeping rooms) for sponsored overnight attendees described in the meeting plan below that is within or below current federal government per diem rate for Loudoun County, Virginia, At peak, the facility will be required to house up to 480 overnight guests. e. For all days of the conference, suitable space for attendee check-in and conference registration should be made available so that the conference registration desk can be conducted separately from hotel check-in. f. There must be no registration fees charged to supported travelers to cover materials to participate in the event. g. The facility must have onsite support that will be periodically available to answer questions and resolve issues that arise during the meetings. The contractor shall provide wireless Internet connection log-in/passwords for each attendee to use during their meeting, and be available at registration to troubleshoot Internet access issues. h. The facility must have on-site or easily accessible (less than.2 miles) restaurants or food service capabilities that offer breakfast through dinner. The facility must have the capacity to accommodate the food and beverage requirements associated with the anticipated meeting attendance highlighted in the "Specific Daily Meeting Plan" described in CLIN 0002. The facility shall not price food and beverage under this contract. Meeting attendees will self-fund their meals while attending the meeting and be reimbursed up to the federal meal and incidental expense rate for Loudoun County, Virginia, in accordance with the U.S. General Services Administration. See http://www.gsa.gov, per diem rates. i. The contractor shall have sufficient meeting signage and direction for all of the meeting rooms as required in the meeting plan identified below. j. The Contractor shall provide a summary report describing the support that was provided for attendees to participate in the OSAC meetings during the period of performance. This report is to be produced in MS Word and Adobe PDF (not desktop publishing). See deliverables section below for specific due date. k. Contractor shall attend, at minimum, one planning meeting at site location, and hold follow-up teleconferences, weekly, to keep NIST apprised of status. Coordination shall be completed with the COR upon award. l. Must meet 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) m. Must consist of one site location to accommodate all requirements. n. Must not be a Casino property. o. Large general session can be theatre or classroom tables and chairs. Medium-sized SAC/Subcommittee meetings on January 29th can be classroom, rounds, or U-shaped (or a combination). Smaller meetings must be conference or U-shaped. p. Complimentary parking must be provided. Room Blocks: NIST is NOT procuring under this solicitation, the lodging, however, the attendees will be reimbursed for their travel and attendance expenses. The overnight lodging rates shall not exceed the domestic per diem rates for lodging for Loudoun County, Virginia, in accordance with the U.S. General Services Administration. See http://www.gsa.gov, per diem rates. The Contractor shall block the below anticipated number of rooms for travelers to book for attendance of the meetings during the period indicated: Anticipated Schedule: Day Date Room Type Occupant # Rooms Blocked*(min/max) Sunday 24 Jan 2015 Standard** 1 16/20 Monday 25 Jan 2015 Standard 1 120/130 Tuesday 26 Jan 2015 Standard 1 480/500 Wednesday 27 Jan 2105 Standard 1 480/500 Thursday 28 Jan 2015 Standard 1 480/500 Friday 29 Jan 2015 Standard 1 10/14 *Number of attendees versus sleeping rooms differs due to potential for local travelers. It is anticipated that up to 100 daily participants will attend on Tuesday, Wednesday and Thursday. **A "standard" room must have a bed, desk/work area, individual bath/toilet, television, chair, and closet area. All rooms must include telephone, alarm clock/radio, and high speed wireless Internet access. The contractor will be provided by the NIST COR (TBD at Award), an attendee list for the up to 580 supported participants to generate and manage a daily participant list and rooming list for lodging at the hotel. The list will comprise of the attendees first and last names. The list will be provided to the contractor not later than November 1, 2015 via an appropriate method delivery as agreed upon by the contractor and COR. The participants of the conference will be required to contact the awardee within 60 days after award to book their rooms. Period of Performance: The conference date (period of performance) is required for the week of January 24-29, 2016. The Contractor must propose only these dates. CLIN 0001: Audio/Visual Requirements: a. The facility shall at a minimum, provide audio visual support, wireless internet access, signage to accommodate the number of attendees detailed in the meeting plan below. At peak the facility will be responsible for providing AV equipment/services in 27 concurrent breakout rooms and wireless internet capability for 580 participants. a. The contractor is responsible for preparing conference rooms and preparing and supplying A/V equipment and services for each day as noted in the meeting plan. b. Each OSAC unit's meeting room must be, at a minimum, equipped with a projector, screen, minimum of 4 power strips, all cables and cords necessary, and one microphone if room acoustics require. Large and medium sessions must have a podium and stationary microphone. Large room must have a walk-around microphone. CLIN 0002: Conference Space Leasing: In the event inclement weather causes NIST to be unable to hold the conferences during the period indicated, NIST shall coordinate with the awardee to reschedule the conferences not later than 60 days after notice of reschedule. The Contractor shall provide alternate dates in the event of hazardous weather, which may be subject to negotiation with the COR. Specific Daily Meeting Plan: Day 1: January 24th - Travel day for up to 16 members of the FSSB to arrive. No meeting rooms required. No meeting signage required. Day 2: January 25th - 1 FSSB Meeting from 8:30 AM - 5:00 PM for up to 17 members in single room & travel day for up to 69 SAC members (who make up 5 SACs) and 35 Resources Committees members (who make up the 3 Resources Committees). One small meeting room required to accommodate 17 members. The facility shall provide audio visual support for each room and must be equipped with a projector, all cabling and power cords, screen, minimum of 4 power strips, and one microphone if room acoustics require. The contractor shall provide meeting signage and direction to the scheduled rooms. The meeting signage must include, at a minimum the name of the OSAC unit meeting in the room and be greater than or equal to 11 inches x 17 inches. An electronic sign (i.e. LCD screen) associated with the meeting room is a suitable meeting signage alternative. Day 3: January 26th - 5 concurrent SAC meetings in 5 separate rooms that can accommodate up to 20 members each, and 3 Resource Committees in 2 separate rooms that can accommodate 15 members each and 1 room that can accommodate 20 members. Travel day for up to 460 members and guests who make up the 24 Subcommittees. 8 small meeting rooms required hosting a total of up to 120 meeting participants. The facility shall provide audio visual support for each room and must be equipped with a projector, all cabling and power cords, screen, minimum of 4 power strips, and one microphone if room acoustics require. The contractor shall provide meeting signage and direction to the scheduled rooms. The meeting signage must include, at a minimum the name of the OSAC unit meeting in the room and be greater than or equal to 11 inches x 17 inches. An electronic sign (i.e. LCD screen) associated with the meeting room is a suitable meeting signage alternative. Day 4: January 27th - Opening Plenary with space for up to 580 individuals in a single room from 8:30 - noon and then 1:00 PM - 6:00 PM break out into 27 concurrent meeting rooms for 24 subcommittees and 3 resource committees (RCs have same configuration as Jan 26th). Each subcommittee room shall be arranged to facilitate communication for up to 25 members (such as U-shaped) with observer seating in the back of each room with up to 10 theater style seats. 1 large meeting room required, 27 smaller breakout rooms hosting a total of up to 580 participants. The facility shall provide audio visual support for each room and must be equipped with a projector, all cabling and power cords, screen, minimum of 4 power strips, and one microphone if room acoustics require. The contractor shall provide meeting signage and direction to the scheduled rooms. The meeting signage must include, at a minimum the name of the OSAC unit meeting in the room and be greater than or equal to 11 inches x 17 inches. An electronic sign (i.e. LCD screen) associated with the meeting room is a suitable meeting signage alternative. Day 5: January 28th - concurrent meetings of 24 subcommittees and 3 resource committees with same configuration as January 27th. 27 smaller breakout rooms required hosting a total of up to 580 participants. The facility shall provide audio visual support for each room and must be equipped with a projector, all cabling and power cords, screen, minimum of 4 power strips, and one microphone if room acoustics require. The contractor shall provide meeting signage and direction to the scheduled rooms. The meeting signage must include, at a minimum the name of the OSAC unit meeting in the room and be greater than or equal to 11 inches x 17 inches. An electronic sign (i.e. LCD screen) associated with the meeting room is a suitable meeting signage alternative. Day 6: January 29th - 8:30AM - 10AM, 5 concurrent SAC meetings with relevant subcommittee members included. Requires 5 rooms that seat up to 125 participants each. The facility shall provide audio visual support for each room and must be equipped with a projector, all cabling and power cords, screen, minimum of 4 power strips, and one microphone if room acoustics require. 10AM - 1PM, 24 concurrent subcommittee meetings. All attendees depart in the afternoon except FSSB Members. 1PM-5PM FSSB Meeting for 17 members. 9 FSSB members depart January 29th evening and 8 FSSB members depart January 30th. 5 medium-sized rooms required for 8:30AM - 10:00AMsession, with 24 smaller breakout rooms from t 10:00AM. 1:00 PM hosting a total of up to 580 participants 1 small meeting room from 1PM-5PM hosting up to 17 participants. Also require 1 separate room for attendee luggage storage if the hotel cannot accommodate this as part of its routine operations. The contractor shall provide meeting signage and direction to the scheduled rooms. The meeting signage must include, at a minimum the name of the OSAC unit meeting in the room and be greater than or equal to 11 inches x 17 inches. An electronic sign (i.e. LCD screen) associated with the meeting room is a suitable meeting signage alternative. Deliverables and Deliverable Due Dates: 1. NIST shall provide a participant list in MS Excel to the contractor for 33 OSAC units by November 1, 2015, with request that the majority of hotel lodging arrangements be completed by: December 15, 2015. 2. 33 OSAC meetings occur: January 25-29 2016 as indicated above. 3. Draft Summary Report to COR in MS Word and Adobe PDF: February 15, 2016 COR will review and approve within 10 business days. The draft summary report must include the details of the services provided for each of the scheduled meeting days, for each break out session. 4. Final Summary Report to COR in MS Word and Adobe PDF: March 15, 2016 COR will review and approve within 10 business days. The overall period of performance will be effective date of award through August 30, 2016. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Those marked with an asterisk are provided in full text in Attachment 1. Provisions 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items 52.204-7, System for Award Management 52.204-8, Annual Representations and Certifications 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.209-5, Certification Regarding Responsibility Matters Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Clauses 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: 52.202-1: Definitions; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.209-6, Protecting the Government's Interests when SubContracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13 Restriction on Certain Foreign Purchases; 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-40, Providing Accelerated Payments to Small Business SubContractors 52.232-39 Unenforceability of Unauthorized Obligations 1352.201-70 Contracting Officer's Authority 1352.209-73 Compliance with the Laws 1352.246-70 Place of acceptance. Place of Acceptance (APR 2010): (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: At the awarded conference facility. The following deliverables will be accepted at NIST, 100 Bureau Drive, Gaithersburg, MD 20899. Draft Summary Report to COR in MS Word and Adobe PDF Final Summary Report to COR in MS Word and Adobe PDF Assurance by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law {Class Deviation) (February 2015) (1) In accordance with Sections 536 and 537 of Division B of Public Law 113-76 Consolidated Appropriations Act, 2014, none of the funds made available by Consolidated Appropriations Act, 2014 may be used to enter into a contract with any corporation that - (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government, or (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) By accepting this award or order, in writing or by performance, the offeror/contractor assures that - (a) The offeror/contractor is not a corporation convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) The offeror/contractor is not a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (End of Provision) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (FEB 2015) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) INSTRUCTIONS: System for Award Management (SAM): In accordance with FAR 52.204-7, the awardee must be registered in the System for Award Management (www.sam.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations Offerors shall submit their quotations so that NIST receives them not later than 3:00 pm eastern time on August 4, 2015. FAX quotations shall not be accepted. E-mail quotations shall be accepted at Lynda.Roark@nist.gov. Offerors' quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Only information received on or before the due date and time shall be considered for award. Any quotation, or part thereof, received after the due date and time, shall be deemed late and not considered for award. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Lynda Roark, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors should ensure the RFQ number is visible on the outermost packaging. Because of heightened security, electronic delivery is the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Lynda Roark, Contract Specialist on 301-975-3725. Addendum to FAR 52.212-1, Quotation Preparation Instructions General Instructions: Quotes are required to conform to solicitation provisions and be prepared in accordance with this section. To aid in evaluation, the proposal shall be clearly and concisely written as well as being neat, indexed (cross-indexed as appropriate) and logically assembled. All pages of each part shall be appropriately numbered and identified with the name of the offeror, the date, and the solicitation number. Submission Requirements: 1. Technical Volume: The technical volume of the quotation shall consist of information that demonstrates the offeror's capabilities to meet the requirements set forth in the solicitation. The technical volume shall include product literature/brochure/information cut sheets/facility maps/parking accomodations, etc. which address all specifications and clearly documents that the property/facility meets or exceeds the specifications identified herein. NIST reserves the right to conduct a site visit. 2. Past Performance Volume: Each Offeror must provide Past Performance References. Each reference shall be no more than five years old with relevant performance in providing the similar or same services identified in the Statement of Work. The Contractor shall provide the following information for each (minimum of three) past performance references: 1). Company/organization name and address; 2). Contact person (name/title); 3). Telephone number; 4). Email Address; 5). Type of event/number of days/number of attendees/any special accommodations; and 6). 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 Quotes are determined to be acceptable. 3. Business Volume: Price: Quotes must adhere to the pricing structure established in the Schedule of Prices. There have been two CLINs established in this solicitation. Each offeror's price proposal shall propose a fixed price for each of the two CLINs. Within each fixed price, each Offeror shall include a clear breakdown of the fixed price per component of the respective CLIN. Evaluation Factors: Evaluation will be based on the information provided in the quotation; the Government reserves the right to conduct a site visit to inspect, and further verify and confirm that the property meets the requirements prior to award. Each Offeror's quote will be evaluated according to the factors shown below. GO/NO GO: Offerors must meet all mandatory requirements identified as Go/No Go criteria listed below: c. The facility shall be capable of providing meeting space with up to 27 concurrent breakout sessions, for up to 580 attendees with lodging for up to 480 attendees. Overall, the facility shall support meetings for the 33 OSAC units that occur during January 25-29, 2016. The facility is responsible for maintaining accurate records of project activities. d. The facility shall be located within Loudoun County, Virginia, and be able to accommodate the meeting rooms, sleeping rooms, and AV requirements detailed in the meeting plan. e. The facility shall provide conference/meeting space to accommodate the number of meeting rooms and attendees listed in the meeting requirements below. At peak, the facility will be required to have 27 concurrent breakout rooms hosting 580 participants that will be identified by NIST. NIST will provide badges for identification of participants. f. The facility shall provide accommodations (sleeping rooms) for sponsored overnight attendees described in the meeting plan below that is within or below current federal government per diem rate for Loudoun County, Virginia, At peak, the facility will be required to house up to 480 overnight guests. g. For all days of the conference, suitable space for attendee check-in and conference registration should be made available so that the conference registration desk can be conducted separately from hotel check-in. h. There must be no registration fees charged to supported travelers to cover materials to participate in the event. i. The facility must have onsite support that will be periodically available to answer questions and resolve issues that arise during the meetings. The contractor shall provide wireless Internet connection log-in/passwords for each attendee to use during their meeting, and be available at registration to troubleshoot Internet access issues. j. The facility must have on-site or easily accessible (less than.2 miles) restaurants or food service capabilities that offer breakfast through dinner. The facility must have the capacity to accommodate the food and beverage requirements associated with the anticipated meeting attendance highlighted in the "Specific Daily Meeting Plan" described in CLIN 0002. The facility shall not price food and beverage under this contract. Meeting attendees will self-fund their meals while attending the meeting and be reimbursed up to the federal meal and incidental expense rate for Loudoun County, Virginia, in accordance with the U.S. General Services Administration. See http://www.gsa.gov, per diem rates. k. The contractor shall have sufficient meeting signage and direction for all of the meeting rooms as required in the meeting plan identified below. l. The Contractor shall provide a summary report describing the support that was provided for attendees to participate in the OSAC meetings during the period of performance. This report is to be produced in MS Word and Adobe PDF (not desktop publishing). See deliverables section below for specific due date. m. Contractor shall attend, at minimum, one planning meeting at site location, and hold follow-up teleconferences, weekly, to keep NIST apprised of status. Coordination shall be completed with the COR upon award. n. Must meet 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) o. Must consist of one site location to accommodate all requirements. p. Must not be a Casino property. q. Large general session can be theatre or classroom tables and chairs. Medium-sized SAC/Subcommittee meetings on January 29th can be classroom, rounds, or U-shaped (or a combination). Smaller meetings must be conference or U-shaped. r. Complimentary parking must be provided. NIST will evaluate Quotes to ensure that these criteria have been met. Quotes not meeting the mandatory go/no go requirements shall not be considered further for award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, meets or exceeds the requirements in the solicitation, and is lowest priced Technical Capability: (The technical portion of the quote must NOT include price information) The Government will evaluate the Offeror's quotation to determine the proposed venue can facilitate the requirements set forth for each CLIN, Conference Specifics section, and Daily Meeting Plan. Offeror's shall include product literature/brochure/information cut sheets/facility maps, etc. which address all specifications and clearly documents that the property/facility meets or exceeds the specifications identified herein. 2. Past Performance: NIST will evaluate past performance by the offeror as it relates to requirements, including quality of services and products, and customer satisfaction; and indication of ability to improve performance through proactive management. NIST will evaluate past performance by contacting the references selected, or other known references, at random identified by the offeror. Past Performance will be conducted on a pass/ fail basis and must be satisfactory or better. 3. Price: 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. The Government reserves the right to make an award without discussions. 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: Patrick Staines, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-15-RQ-0635/listing.html)
 
Place of Performance
Address: 100 BUREAU DRIVE, GAITHERSBURG, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN03813790-W 20150730/150729000224-92cbc044b277bdbf0b24df8e1914d553 (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.