Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 27, 2009 FBO #2925
SOLICITATION NOTICE

V -- NOAA/NWS Meteorologist/Hydrologist-In-Charge Meeting - Statement of Work

Notice Date
11/25/2009
 
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
DG133W-10-RQ-0112
 
Archive Date
12/24/2009
 
Point of Contact
Mary A. Watson, Phone: 301-713-0828 x167, Edward F. Tennant, Jr., Phone: 301-713-0828 x163
 
E-Mail Address
mary.a.watson@noaa.gov, ed.f.tennant@noaa.gov
(mary.a.watson@noaa.gov, ed.f.tennant@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work for Solicitation DG133W-10-RQ-0112 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation Number DG133W-10-RQ-0112 is issued as a Request for Quotation (RFQ). This solicitation document and the provisions and clauses which are incorporated as part of this solicitation are those in effect through Federal Acquisition Circular 2005-37. The NAICS code for this procurement is 721110, and the small business size standard is $7.0 million average annual receipts. This procurement is not a small business set aside. The line item being acquired is: Item 0001: In accordance with the attached Statement of Work, the Contractor shall provide facilities, lodging, food, and necessary equipment and services for the National Oceanic and Atmospheric Administration's (NOAA) National Weather Service (NWS) Meteorologist/Hydrologist-In-Charge Meeting to be held April 19-23, 2010 at a location within 50 miles of NWS Headquarters (which is at 1325 East-West Highway, Silver Spring, MD). The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition, and there is one addendum to this provision. Specifically, this addendum is as follows. "The offeror shall provide, as part of its quotation, all of the information called for by Paragraph (b) of FAR 52.212-1. In providing the technical description called for by subparagraph (b)(4), the offeror shall separately address each aspect of the attached Statement of Work. As part of its response regarding the requirement for meal availability, the offeror shall identify the different menu options available for breakfast, lunch and dinner, together with the prices associated therewith, in order to demonstrate that attendees may eat all three daily meals at the facility within the daily Government per diem meals and incidental expenses (M&IE) rate. With respect to the past performance information called for by subparagraph (b)(10), the offeror shall include three references." The provision at FAR 52.212-2, Evaluation - Commercial Items, will not be used. Award will be made to the technically acceptable offer from a responsible offeror which provides the best value to the Government. In order for an offer to be technically acceptable, the Government must determine that the offer adequately addresses all requirements of the attached Statement of Work. Elements of the Statement or Work that are indicated to be the Government's desire are not requirements; however, all other elements of the Statement of Work (other than the "Additional Information" contained in Paragraph 9 of the Statement of Work) are requirements. In order for an offeror to be responsible, the Contracting Officer must determine that the offeror complies with FAR 9.104. From among the pool of all technically acceptable offers from responsible offerors, the Government will determine that offer which provides the best value to the Government based on the following evaluation factors, which are listed in descending order of importance: (1) the degree to which the offeror's facility and its support services will support the productivity, creativity, comfort, and convenience of the attendees; (2) past performance; and (3) price. The factors other than price, when combined, are significantly more important than price. However, as offers are rated closer together with respect to the non-price evaluation factors, price will become more important as a differentiating factor in the award selection. Offerors must include a completed copy of the provision at FAR 52.212-3, "Offeror Representations and Certifications - Commercial Items," along with the offer. The clause at FAR 52.212-4, "Contract Terms and Conditions-Commercial Items," applies to this acquisition, and there are no addenda to this clause. The clause at FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items," applies to this acquisition, and the following additional FAR clauses cited in this clause also apply: FAR 52.219-28, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.225-13, and FAR 52.232-33. There are no additional contract requirements or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) does not apply. Quotations are due by 11:00 AM Eastern Standard Time on December 9, 2009. Quotations should be E-mailed to Mary.A.Watson@noaa.gov with a copy to Michael.Dion@noaa.gov. For further information regarding this solicitation, Ms. Watson may be contacted by telephone at (301) 713-0828 extension 167. If Ms. Watson is not available, please call Edward F. Tennant, Jr. at telephone (301) 713-0828 extension 163.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/DG133W-10-RQ-0112/listing.html)
 
Record
SN02011384-W 20091127/091125234649-47b6521a9e997169090e4c07c5a958ae (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.