SOLICITATION NOTICE
X -- Conference Center rental for the 2010 National Severe Weather Workshop (NSWW) - SUPPORTING DOCUMENTATION
- Notice Date
- 11/16/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
- ZIP Code
- 80305-3328
- Solicitation Number
- NRWX7000-10-02258SRG
- Archive Date
- 12/4/2009
- Point of Contact
- Suzanne A Romberg-Garrett, Phone: 303-497-5110
- E-Mail Address
-
suzanne.romberg-garrett@noaa.gov
(suzanne.romberg-garrett@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- FBO posting, SF 18, FAR Clause COMBINED SYNOPSIS/SOLICITATION Conference Center rental for the 2010 National Severe Weather Workshop (NSWW) (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NRWX7000-10-02258SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. (IV) The procurement is unrestricted and open to all sources. The associated NAICS code is 561920: size standard $6.5 million. (V) This combined solicitation/synopsis is for rental of conference center in the Norman/South Oklahoma City, Oklahoma commuting area for the 2010 NSWW for the specific dates of March 4, 5 & 6, 2010. All requirements are required to be at the one location. Respond to all CLINs and identify each of these items on your quote with the CLIN number and respond on the provided SF 18: CLIN 0001: NWS/SPC portion of cost for Conference Center rental for 3-day workshop on March 4, 5 & 6, 2010. Minimum Space/Conference requirements. Quote this for up to a) 200 people, b) 250 people, c) 350 and pricing for d) 500 people. - One General session space with classroom style seating (tables with chairs) for up to 500 people; with audio visual system and multiple projection screens, in focus type projector, audio visual technician. - One Pre-function space to accommodate expected number of registrants. - Five Breakout spaces (three with classroom seating for 80 - 120 people, and two with theater style seating for 80-120 people) with audio visual (in focus style projectors, projection screens, mics, and audio visual technician). - One business space with conference table/seating for up to 16 people for last minute details or emergency business activities. - One Exhibit Hall with electricity, internet and telephone lines to accommodate 26 or more booths/tables - provide 5-6 foot table with 2 chairs for each booth space (tables dressed with table cloths). - General Session space and five breakout spaces as defined above, and exhibit hall will need to be adjoining spaces to meet program needs. - One Outdoor display location for radar equipped vehicles (optional) - Provide no cost parking for all attendees. - Conference center must be in the Norman, Oklahoma or South Oklahoma City, Oklahoma area to accommodate presenters, and staff of the 24x7 national forecast operations of the Storm Prediction Center. - Conference Center will need to have an adjoining hotel to accommodate out of town/out of state attendees that have no ground transportation available. - Allow setup for conference on the afternoon of March 3, 2010 prior to start of conference. (VI) No conference center outside the stated commuting area of a 15 mile radius or center that does not meet the required specifications for space, etc. will be acceptable. (VII) Place of delivery of contract/or contact is the Storm Prediction Center, ATTN: Peggy Stogsdill, 120 David L. Boren Blvd., Norman, Oklahoma, 73072. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. In addition to written price quotes, offers are instructed to provide at least two (2) references, and a description of experience. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Technically able to meet requirements 2) Price and 3) Past Performance/References - quote shall included at least two references and contractor's past performance will be based on responsiveness, quality, and customer services. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Sep 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (31) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (3) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (XIII) The following clauses are also applicable to this acquisition: 52.252.2 Clauses Incorporated By Reference (Feb 1998), This contract incorporates on 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 address: http://www.arnet.gov (End of Clause) 32.705-1(a) Subject To Availability of Funds. Funds are not presently available for this contract, but will be available the first week of January 2010. The Government's obligation under this contract is contingent upon the availability of appropriated funds which payment for contract purposes can be made. No legal liability on the part of the government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) The following additional terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) CAR 1352.237-72 Security Processing Requirements for Contractor/Subcontractor Personnel Working on a Department of Commerce Site (Low Risk Contracts) (December 2007), is attached in full text with the statement of work. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 12:01 P.M. MDT on November 19, 2009. All quotes must be faxed or emailed to the attention of Suzanne Romberg-Garrett. The fax number is (303) 497-7719 and email address is Suzanne.Romberg-Garrett@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Suzanne Romberg-Garrett, 303-497-5110, email address: Suzanne.Romberg-Garrett@noaa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NRWX7000-10-02258SRG/listing.html)
- Place of Performance
- Address: NOAA STORM PREDICTION CENTER, 120 DAVID L. BOREN BLVD, NORMAN, Oklahoma, 73072, United States
- Zip Code: 73072
- Zip Code: 73072
- Record
- SN02004535-W 20091118/091116235204-7eec5ef6b5d20fdea35e2a7004f89baf (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 |