SOLICITATION NOTICE
X -- RAIV HURRICANE COMMITTEE CONFERENCE
- Notice Date
- 11/23/2005
- Notice Type
- Solicitation Notice
- 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, MD, 20910
- ZIP Code
- 20910
- Solicitation Number
- NWWA0400600027
- Response Due
- 12/9/2005
- Archive Date
- 12/9/2005
- Description
- This is a combined synopsis/solicitation to negotiate a Firm Fixed priced Task Order for Hotel Accommodations, Conference Space and Hotel Services in San Juan, Puerto Rico. Solicitation/Request for Proposal (RFP) # IASJ0000001205 is being issued in accordance with FAR Subpart 12.6 ? Streamlined Solicitation for Commercial Items. This is not a solicitation for events planning services. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) code for this acquisition is 721110. The period of performance for this requirement is March 30, 2006 through April 4, 2006. The Department of Commerce (DoC), National Oceanic and Atmospheric Administration, National Weather Service, Office of International Affairs, intends to block single to double occupancy sleeping rooms, procure meeting space and meals for their 28th Session of the Regional Association IV (RAIV) Committee Conference. The attached Statement of Work provides a detail description for the Conference Facility. Interested parties shall submit their responses in electronic format, separating the technical proposal from the cost proposal. A hotel contract shall be submitted with your technical and price proposal, along with descriptive literature to include sleeping rooms, meeting room space, diagrams and square footage, and menus. To be eligible for award under this solicitation, the offeror must propose a facility that is in compliant with the requirements of the Hotel and Motel Fire Safety Act of 1990 (Public Law 101-391) (15 U.S.C. 2201 et. seq.) and is listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.fema.gov/hotel/search.cfm. Offerors proposing facilities that are not listed will be rejected as non-responsive. In addition, the offerors facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12101 et. seq.). In accordance with FAR Part 52.204-7 ? Central Contractor Registration (CCR) (Oct 2003), contractors are required to register in the CCR database at http://www.ccr.gov prior to award of any contract. The hotel facility must accommodate up to 50 attendees with the following needs: HOTEL LODGING: March 29, 2006 through April 3, 2006 up to 50 sleeping rooms; April 4, 2006 ? 10 sleeping rooms; Rooms must be individual/private-sleeping rooms, with toilet facilities at the prevailing FY 2006 government per diem rate for Puerto Rico; CONFERENCE AND OFFICE FACILITIES AND SERVICES (see attached Statement of Work); Light refreshments for morning and afternoon breaks may be required March 29 ? April 3, 2006. Please provide menus and prices. Proposal must indicate whether the hotel agrees to the right of DoC to use an audiovisual vendor of its choice and whether there is a cost incurred for connection to hotel PA system with use of outside equipment. It must also indicate requirements for using outside security. All proposals submitted in response to Solicitation/RFQ No. IASJ0000001205 should remain valid for a period of 30 days to accommodate possible legal and technical reviews. Award will be made to the offeror determined to be the Best Value to the Government in accordance with FAR 52.212-2 evaluation factors. Evaluation may be made with or without discussions with the offeror(s). Technical proposals will be evaluated for size, quality of services and accommodations, location, and experience with large conferences. DoC reserves the right to conduct an on-site inspection of offered facilities. Prices will be evaluated separately from the technical proposal and will be evaluated in terms of cost for accommodations and service, cancellation and attrition, refreshments. All responsible sources that can meet the requirements and provide items as listed above may respond to this solicitation by submitting cost and technical proposals, hotel contract and descriptive literature. Any offer that does not meet the solicitation requirements will be rejected as non-responsive. For a proposal submitted by an offeror that is not a hotel, the offeror, not the hotel, is considered to be the prime contractor. Therefore, that offeror must describe in its proposal the technical approach for the offeror's services as a prime contractor and must also include a copy of all insurance(s) (standard business, liability, extraordinary insurances) in order to submit a complete technical proposal for evaluation purposes. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable.) The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://www.arnet.gov/far/. Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items (factors listed in descending order of importance: 1. Size and quality of services and accommodations (30% weighted); 2. Location (30% weighted); 3. Experience with large conferences (40% weighted), and 4. Price. Size and quality of services and accommodations, location and experience with large conferences, when combined, are more important than price. The total technical evaluation will be weighted (100%) and price will be evaluated for realism and fair and reasonableness. 52.212-3, Offeror Representations and Certification-Commercial Items. Offerors must include a completed copy of Offeror Representations and Certification along with his/her offer); 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders Commercial Items and in accordance with FAR 12.603(c )(2)(xii) the following provisions under the clause apply (b)(11)-(b)(15), (b)(19)(i), (b)(21), (b)(25) (b)(26) applies IF Government Purchase Card is used, (c)(1), (c)(2), and (c)(4); FAR 52.232-18 Availability of Funds; Proposals shall include all information required in 52.212-1, Schedule of Prices Offered, and a completed copy of provision 52-212-3. Submit all price, descriptive literature, technical proposals, and hotel contract via e-mail to Jenista.M.Featherstone@noaa.gov - Contracting Officer or by dialing 301-713-3405 x110. Closing date for receipt of proposals is December 9, 2005, 4:00 p.m., Eastern Standard Time.
- Record
- SN00936864-W 20051125/051123211652 (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 |