Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2007 FBO #1929
SOLICITATION NOTICE

X -- Facilities, Meals and Lodging for the U.S, Dept. of Commerce Financial Management Conference to be held May 29-31, 2007

Notice Date
3/7/2007
 
Notice Type
Solicitation Notice
 
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 B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SB1341-07-RQ-0105
 
Response Due
3/21/2007
 
Archive Date
5/30/2007
 
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 UNDER THE AUTHORITY OF FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS, AS SUPPLEMENT 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14. This procurement is being competed on an unrestricted basis. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 with a size standard of $6.5 million. The U. S. Department of Commerce (DOC), National Institute of Standards and Technology (NIST), on behalf of DOC, have a requirement for conference space, meals, and lodging for a DOC Financial Management Conference to be held in Cambridge, MD. 21613, and is scheduled to be held from May 29-2007 through May 31, 2007. To be eligible to be considered for award for this procurement, the Offeror must be located within the Cambridge, Maryland area (postal code 21613). Contract line item numbers (CLINs) and related requirements for this RFQ are as follows: CLIN 0001: CONFERENCE SPACE FOR MAY 29, 30 AND 31; QUANTITY: 1; UNIT: LOT The Contractor shall provide conference space that meets or exceeds the following minimum requirements: (1) Meeting room to accommodate up to 275 people (to be available May 29th through May 31st from 8:00am to 5:00pm); (2) The following equipment: Table in front of the room, with at least 10 chairs in front of it facing the audience; at least 275 chairs in the audience and round tables to accommodate 275 chairs; (3) The following audiovisual capabilities (to be available May 29th through May 31st: (a) Fast fold screen to accommodate room size (b) Projection stand 17?x25? (c) Projections stand drape 84?x30? (d) All cabling, power cords, etc (e) Delivery/pick-up service (f) 1 podium and microphone package (g) 2 wireless hand held microphone packages (g) 3 wireless lapel microphone packages (i) Internet connection (4) Amenities located on-site that will promote teambuilding activities. CLIN 0002: MEALS FOR DOC CONFERENCE ATTENDEES FOR MAY 29, 30 and 31; QUANTITY: 1; UNIT: LOT The Contractor shall provide breakfast (buffet style), lunch (buffet style) and dinner (buffet style) to all attendees at the conference on May 29, 30, and 31 as follows: May 29: Hot Buffet Dinner and mid-afternoon coffee and snack service for up to 275 people. May 30: Hot Buffet Breakfast, Hot Buffet Lunch and Hot Buffet Dinner; mid-morning and mid-afternoon coffee and snack service for up to 275 people. May 31: Hot Buffet Breakfast and Boxed Lunch; mid-morning coffee and snack service for up to 275 people. CLIN 0003: LODGING SERVICE FOR DOC CONFERENCE ATTENDEES FOR EVENINGS OF MAY 29 AND 30; QUANTITY: 1; UNIT: LOT The Contractor shall provide lodging service for up to 275 people, as follows: Arrive: May 29, with rooms used that evening; used on evening of May 30; checking out morning of May 31. Total number of nights stayed: 2. All rooms shall be single occupancy rooms. The Contractor shall provide at no charge a hospitality suite for these two nights (May 29 & 30, 2007). The Government intends to award a firm fixed price purchase order resulting from this solicitation to the responsible Offeror whose quote confirming to the RFQ provides the best value to the government based on information provided in response to this RFQ, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement", 2) Past Performance, 3) Location of the facility of the Offeror (must be within 25 miles driving distance of postal code 21613) and 4) Price. Technical capability, past performance, and location shall be more important then price. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Offeror?s shall include product literature, which addresses all specifications & clearly documents that the facility meets or exceeds the specifications identified herein. Past Performance Past Performance will be evaluated to determine the overall quality of the product & service provided. Evaluation of Past Performance shall be based on the references provided and/or the Offeror?s recent and relevant procurement history with NIST or its? affiliates. Offerors must provide a list of at least three (3) references to whom the same or similar products/services has been provided. Past Performance, Location, and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must 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. ***The following clauses apply to this acquisition: 52.204-7 Central Contractor?s Registration (CCR) Database; 52.211-5 Brand Name or Equal; 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: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4, Notice of Price Evaluation Preferences for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in it?s offer); (7) 52.219-8, Utilization of Small Business Concerns; (10) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its? offer); (14) 52.222-3, Convict Labor; (15) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52-222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Feeds (Dec 2004) (E.O. 13201); (25) 52.225-3, Buy American Act?Free Trade Agreement?Israeli Act (NOV 2006); (26) 52.225-13 Restriction on Certain Foreign Purchases; (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** Offerors shall read FAR 52.212-1 and submit their quote in accordance with paragraph (b) of that provision. EACH SUBMITTED QUOTE SHALL ADDRESS ITEMS (1) THROUGH (11) OF FAR 52.212-1(B). PRICING SHOULD BE INCLUDED AS A SEPARATE DOCUMENT FROM ALL OTHER QUOTATION DOCUMENTS. Pricing must be broken down for CLIN 0001, CLIN 0002 and CLIN 0003 separately, as noted above, and shall exclude taxes since the Federal Government is exempt from state taxes. All proposed pricing, to include audio-visual equipment must be included. Each proposal should include at a minimum the following information to be considered: (1) per night sleeping room rate for single occupancy; (2) costs per person for meal charges; (3) If proposed pricing is submitted on a per person cost inclusive of all costs, a structured pricing breakdown of the per person cost should be submitted supporting the per person pricing quoted; (4) a sample menu plan as to the types of meals that will be offered to the attendees; (5) literature documenting the amenities that are available for the attendees; (6) information establishing the location: address of the facility being proposed and (7) Past performance references which must include the company/organizations name, contact person, phone number, and e-mail address. IN SUBMITTING A QUOTATION, THE OFFEROR AGREES TO HOLD ALL ROOMS AND FACILITIES IN RESERVE AT NO COST TO THE GOVERNMENT THROUGH AT LEAST APRIL 30, 2007 TO ALLOW THE GOVERNMENT TO EVALUATE ALL QUOTATIONS AND MAKE AN AWARD DECISION. The terms and conditions of the resultant purchase order will include FAR clause 52.212-4 and FAR clause 52.212-5, with the same fill-ins as indicated in this RFQ. If any additional documentation is required by the Offeror to be executed, then it will be considered an Addendum to the purchase order, and any conflicts in terms and conditions between the purchase order and that Addendum shall be governed by paragraph (s), Order of precedence, in FAR clause 52.212-4. The National Institute of Standards and Technology reserves the right to negotiate the term of any proposed addendum. All questions regarding this Request for Quote shall be provided in writing via e-mail to the Purchasing Agent (Joni Laster) @ joni.laster@nist.gov not later than March 14, 2007. The Government?s response to all vendor questions with answers shall be posted not later than March 19, 2007. All quotes shall be provided not later than March 21, 2007. The Offeror shall email their quote to joni.laster@nist.gov, with a courtesy copy to albert.petto@nist.gov, so that it is received by the response date for this RFQ. The quotation may be submitted in one or more of the following formats: Microsoft Word, Microsoft Excel and/or Adobe .pdf. Alternatively, Offeror?s may submit their quote by fax to Ms. Joni Laster at fax (301) 975-6319; that fax must be received by the response date for this RFQ. Point of Contact Joni Laster, Purchasing Agent, Phone 301-975-8397, Fax 301-975-8884, Email joni.laster@nist.gov ? Albert Petto, Contract Specialist, Phone (301) 975-6338, Fax (301) 975-8884, Email albert.petto@nist.gov.
 
Place of Performance
Address: Cambridge, Maryland
Zip Code: 21613
Country: UNITED STATES
 
Record
SN01245430-W 20070309/070307220324 (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.