Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2009 FBO #2713
SOLICITATION NOTICE

X -- National Systems of Marine Protected Areas Training - Statement of Work

Notice Date
4/29/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
NCND0000-9-10070
 
Archive Date
5/26/2009
 
Point of Contact
Gina E Lee,, Phone: 301-713-0820 x208
 
E-Mail Address
gina.e.lee@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
Statement of Work for Facility for National Systems Training This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. Solicitation Number NCND0000-9-10070 is being issued as a Request for Quotation. This acquisition is being solicited using Simplified Acquisition Procedures. The North American Industry Classification System Code (NAICS) is 721110 and business size is $7.0. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), Office of Ocean and Coastal Resource Management (OCRM) will hold National System of Marine Protected Areas Training in the Washington, D.C. area during the period of June 2-3, 2009. NOAA's National Marine Protected Areas (MPA) Center is currently in the process of implementing the National System of Marine Protected Areas. The first nominated group of 224 sites includes all 13 National Marine Sanctuaries, 4 National Estuarine Research Reserves, the Papahanaumokuakea Marine National Monument, 10 National Parks, 99 National Wildlife Refuges, and 101 sites managed by nine coastal state and territorial governments. Territorial and state governments nominating sites to the national system include American Samoa, California, Florida, Hawaii, Maryland, Massachusetts, New Jersey, Virginia, and Washington. The contractor shall provide training on the national system; and ensure collaboration, dialogue, and transparency among national system partners. The contractor shall provide required facilities meeting room and sleeping rooms and audio-visual services and equipments and light refreshments for the participants. The Contractor shall provide the following: Meeting Room: The contractor shall provide a meeting room in U-shape or rounds to support this event on the following days: June 2, 2009 and June 3, 2009. The set up of the meeting room(s) shall include audio visual equipment. Audio equipment: The contractor to provide LCD projector and screen and two flip charts. Sleeping Rooms: The Government expects 30 night time participants who will need sleeping rooms for a total of 30 guest nights as follows: June 2, 2009. The venue must be within 50 miles of a major airport in the Washington, D.C. metropolitan area. The venue must provide parking for the meeting participants. Light Refreshments: The contractor shall provide light refreshments (food and beverage services) in support of this Conference as follows: Breakfast and Lunch sufficient for 30 persons to include two (2) AM breaks and PM breaks on June 2 and June 3, 2009. The resulting purchase order shall be awarded on a best value basis and negotiated on a firm fixed price basis. Period of Performance: June 2, 2009 to June 3, 2009. The resulting purchase order shall be awarded on a best value basis and will be firm fixed price. Best value evaluation factors include the following: 1) Technical Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) - Conspicuously striking in eminence; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-2, Evaluation - Commercial Items - The Government will award a purchase order 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. FAR 52.212-3, Offeror Representations and Certificates - Commercial Item, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.222-3, Convict Labor, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees, FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.239-1, Privacy or Security Safeguards. All responsible sources that can meet the requirements and provide the items as listed above may respond to this solicitation by submitting a quotation addressed to Gina E. Lee, Purchasing Agent, National Oceanic & Atmospheric Administration, 1305 East West Highway, Suite 7144, Silver Spring, Maryland 20910, to be received no later than May 11, 2009 at 12:00pm. The Government reserves the right to make one award or no award at all as a result of this solicitation. Responses are to be emailed to Gina.E.Lee@noaa,gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=eed1ea56906b888ef483a44c561ea766&tab=core&_cview=1)
 
Place of Performance
Address: Silver Spring, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN01804869-W 20090501/090429222208-eed1ea56906b888ef483a44c561ea766 (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.