SOLICITATION NOTICE
X -- Training Facility/ Center for Recurring Training
- Notice Date
- 11/4/2004
- Notice Type
- Solicitation Notice
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Administrative Support Center, Norfolk Federal Building, 200 Granby Street, Norfolk, VA, 23510
- ZIP Code
- 23510
- Solicitation Number
- EA133F-05-RQ-1047
- Response Due
- 11/30/2004
- Archive Date
- 12/15/2004
- Description
- The U.S. Department of Commerce, NOAA has a requirement for a training facility/center with office and classroom space, dormitory and dining facilities. The Government intends to award a fixed-price purchase order with a base year and four, one year option periods. This is a combined synopsis/request for quotation for commercial items prepared IAW FAR 12.6. This synopsis constitutes the only Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 01-25. Quotes are being requested and a written RFQ will not be issued. The quotation number is EA133F-05-RQ-1047. This acquisition is for a training facility/center to provide recurring training to approximately 200 contracted fisheries observers (in approximately 8 training sessions per year) IAW the attached statement of work. This requirement has a geographical restriction of 25 mile radius of Woods Hole, MA. The Government reserves the right to conduct a site visit of the facilities prior to award in order to determine that the contractor can meet the requirements. BASE YEAR CLIN 0001 Class room w/ Office spaces - Qty of 12 months @ $____________ per month; CLIN 0002 Student lodging w/ meals (8-15 students) ? Price per student $__________; CLIN 0003 Student Lodging w/ meals (16-30 students) Price per student $ _________; CLIN 0004 Student meals (no lodging) (8-15 students) ? Price per student $_________; CLIN 0005 Student meals (no lodging) (16-30 students) ? Price per student $ ___________. OPTION YEAR 1 CLIN 0001 Class room w/ Office spaces - Qty of 12 months @ $____________ per month; CLIN 0002 Student lodging w/ meals (8-15 students) ? Price per student $__________; CLIN 0003 Student Lodging w/ meals (16-30 students) Price per student $ _________; CLIN 0004 Student meals (no lodging) (8-15 students) ? Price per student $_________; CLIN 0005 Student meals (no lodging) (16-30 students) ? Price per student $ ___________. OPTION YEAR 2 CLIN 0001 Class room w/ Office spaces - Qty of 12 months @ $____________ per month; CLIN 0002 Student lodging w/ meals (8-15 students) ? Price per student $__________; CLIN 0003 Student Lodging w/ meals (16-30 students) Price per student $ _________; CLIN 0004 Student meals (no lodging) (8-15 students) ? Price per student $_________; CLIN 0005 Student meals (no lodging) (16-30 students) ? Price per student $ ___________. OPTION YEAR 3 CLIN 0001 Class room w/ Office spaces - Qty of 12 months @ $____________ per month; CLIN 0002 Student lodging w/ meals (8-15 students) ? Price per student $__________; CLIN 0003 Student Lodging w/ meals (16-30 students) Price per student $ _________; CLIN 0004 Student meals (no lodging) (8-15 students) ? Price per student $_________; CLIN 0005 Student meals (no lodging) (16-30 students) ? Price per student $ ___________. OPTION YEAR 4 CLIN 0001 Class room w/ Office spaces - Qty of 12 months @ $____________ per month; CLIN 0002 Student lodging w/ meals (8-15 students) ? Price per student $__________; CLIN 0003 Student Lodging w/ meals (16-30 students) Price per student $ _________; CLIN 0004 Student meals (no lodging) (8-15 students) ? Price per student $_________; CLIN 0005 Student meals (no lodging) (16-30 students) ? Price per student $ ___________. The following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items (JAN 2004); FAR 52.204-6, Data Universal Numbering System (DUNS) Number (OCT 2003); FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 2004); FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract 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: Technical (with relation to location, adequacy of facilities), Past Performance, and price. Technical and past performance, when combined, are significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision). FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items (May 2004); and FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2003). Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items (May 2004), with its offer. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (MAY2004), 52.217-5 Evaluation of Options (July 1990), 52.217-8 Option to Extend Services (Nov 1999), 52.217-9 Option to Extend the Term of the Contract (Mar 2000), 1352.201-71 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) (MARCH 2000) (See attached SOW for full text version) applies to this acquisition. No Defense Priorities and Allocations System (DPAS) rating assigned. At the present time, this acquisition is issued as a RFQ under the CASCADING PROCUREMENT STRATEGY, therefore if a minimum of two (2) offers from qualified small business concerns are received for the services/supplies specified within the solicitation, the Government reserves the right to set aside the award for small business. If two or more small business offers are not received, the award will be made on the basis of full and open competition from among all responsible businesses submitting offers.. To be eligible for award, offerors must be registered with the Central Contractor Registration (CCR): www.ccr.gov and obtain a DUNS number by calling 1-800-333-0505. All responsible sources may submit a quote to the contracting office listed herein due on or before November 30, 2004 by 4:00 pm EST. Quotes may also be faxed to M.Rankin at (fax: 757-441-3786). Questions may be referred to Margaret Rankin at (757) 441-6562.
- Place of Performance
- Address: within 25 mi radius of Woods Hole, MA
- Record
- SN00703787-W 20041106/041104211812 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |