Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2010 FBO #3150
SOLICITATION NOTICE

X -- Provide conference and lodging facilities for approximately 125 National Park Service senior staff members and Park Superintendents.

Notice Date
7/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NER - National Park Service, Philadelphia Region Office AcquisitionU.S. Customs House200 Chestnut Street, 3rd Floor Philadelphia PA 19106
 
ZIP Code
19106
 
Solicitation Number
N4503100325
 
Response Due
7/23/2010
 
Archive Date
7/8/2011
 
Point of Contact
Denny Braccia Contract Specialist 2155975374 Denny_Braccia@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial service prepared in accordance with Federal Acquisition Regulation (FAR) 12.102(g), as supplemented with any additional information included in this notice. This announcement constitutes the entire solicitation; quotations are being requested and a formal written solicitation will not be issued. The National Park Service, Northeast and Capitol Regions (covering a 13 state area) is seeking a facility to hold a conference and provide lodging for senior staff members and Park Superintendents. The dates of the event are from Monday October 25 through Friday October 29, 2010. The Northeast Region covers the following states: ME, VT, NH, NY, MA, RI, CT, PA, NJ, DE, WVA and parts of MD and VA. The National Capitol Region covers the District of Columbia as well as parts of MD and VA. The Solicitation Number is N4503-10-0325 and is issued as a Request for Quotations (RFQ). This number must be cited on your response. The North American Industrial Classification System (NAICS) Code for this procurement is 721110 and the business size standard is $7.0 million. This procurement is unrestricted, allowing both large and small business to submit quotations. Only one (1) award will be made. The Government intends to evaluate quotes and award without discussions. Therefore the initial offer should contain the offeror's best terms. However the Government does reserve the right to conduct discussions later if it is determined by the Contracting Officer to be necessary. The Government may reject any or all offers, waive informalities and minor irregularities in offers received. Hard copy proposal documents only shall be accepted for this solicitation (No faxed or electronic proposal documents will be accepted). All costs/fees, etc. must be included in the prices. Please specify if any state and/or local taxes and fees to which the Federal Government is not exempt and that will be charged. Award shall be made to the responsive and responsible offeror whose offer will be most advantageous to the Government, considering the evaluation factors listed below. CLIN 0001 (Lodging) - The facility must provide 120 on-site single occupancy sleeping rooms. These rooms will be individually booked by the Conference participants. The costs for these rooms shall be allocated to the individual booking the room and offered at or below Government per diem lodging rates as listed in the Joint Travel Regulations issued by the General Services Administration (GSA). CLIN 0002 (Conference Space) CLIN 0002A (Daily Plenary Sessions) - The facility must provide one on-site conference room for plenary sessions which must comfortably accommodate 125 people, have no/limited obstructions, have theater-style seating and a 12' by 12' stage at least 6' off the floor with stairs on both sides of the stage. CLIN 0002B (Daily Breakout Sessions) - The facility must provide six on-site breakout rooms which must be available up to three times per day during the entire length of the conference. Each breakout room must be able to comfortably accommodate 25 people and have the flexibility to conform into a variety of configurations (i.e. class room, theater and rounds). Each room must contain an 8' by 4' dais. CLIN 0003 (Location) - The venue/hotel must be located within the geographic region of either the Northeast Region or the National Capitol Region of the National Park Service and must not be within a 50 mile radius of any National Parks or Regional Offices located in these regions. Additionally the venue/hotel must be within a reasonable commuting distance from either a major airport or passenger rail terminal. CLIN 0004 (A/V Equipment/Technical Expertise) - The facility will provide all A/V equipment as well as appropriate and necessary technical assistance and expertise (available at all times during conference sessions). The A/V equipment must be able to handle PowerPoint projections and video displays for any/all sessions. CLIN 0004A (Daily Plenary Sessions) - the room holding the daily plenary sessions must have a projection screen located at the front of the room and a podium containing a microphone wired into the house sound system. CLIN 0004B (Daily Breakout Sessions) - each of the six breakout rooms must have a video screen, a podium containing an amplified microphone as well as an equipment table and all necessary cords. CLIN 0005 ( Food/Beverage Service) - A mid-morning break (coffee, tea, juices and breakfast breads) as well as an afternoon soda/cookie break is to be provided on Tuesday October 26, Wednesday October 27 and Thursday October 28. CLIN 0006 (Opening Night/Closing Night Receptions) - An opening night reception (Monday October 25) and a closing night ceremony (Thursday October 28) will be held on the property for all Conference attendees. The cost of this item is limited to reception room rental. NOTE: The facility will be required to provide a selection of hot/cold hors d'oeuvres and a cash bar at each function. As part of your response please include a representative selection from your hors d'oeuvres menu. The cost of food and the wait staff for each event must not exceed $25 per person. Arrangements for these items will be handled separately with the selected facility. The following clauses are hereby incorporated by reference: FAR Clauses 52.212-1 Instruction to Offerors- Commercial Items; FAR 52-212-3 Offeror Representations and Certifications- Commercial Items; FAR 52.212-4 Contract Terms and Conditions- Commercial Items. The following clause is hereby incorporated in full text: 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: X (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).(2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).(3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402).__ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).__ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)__ (4) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Mar 2009) (Pub. L. 111-5).__ (5) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a).__ (6) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).__ (7) [Reserved]__ (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644).__ (ii) Alternate I (Oct 1995) of 52.219-6.__ (iii) Alternate II (Mar 2004) of 52.219-6.__ (9)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).__ (ii) Alternate I (Oct 1995) of 52.219-7.__ (iii) Alternate II (Mar 2004) of 52.219-7.__ (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)).__ (11)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4)).__ (ii) Alternate I (Oct 2001) of 52.219-9.__ (iii) Alternate II (Oct 2001) of 52.219-9.__ (12) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)).__ (13) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).__ (14)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer).__ (ii) Alternate I (June 2003) of 52.219-23.__ (15) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and10 U.S.C. 2323).__ (16) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and10 U.S.C. 2323).__ (17) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f)._X_ (18) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2))._X_ (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755)._X_ (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126)._X_ (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999)._X_ (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).__ (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212).__ (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793).__ (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212).__ (26) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)__ (27)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)__ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)__ (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).__ (29)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423).__ (ii) Alternate I (Dec 2007) of 52.223-16.__ (30) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d).__ (31)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138).__ (ii) Alternate I (Jan 2004) of 52.225-3.__ (iii) Alternate II (Jan 2004) of 52.225-3.__ (32) 52.225-5, Trade Agreements (Aug 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).__ (33) 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).__ (34) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).__ (35) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).__ (36) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)).__ (37) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f))._X_ (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).__ (39) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332).__ (40) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332).__ (41) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).__ (42)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).__ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.)._X_ (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) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and41 U.S.C. 351, et seq.).__ (4) 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.).__ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.).__ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.).__ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247).__ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).(ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include52.219-8 in lower tier subcontracts that offer subcontracting opportunities.(iii) [Reserved](iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).(v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212).(vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793).(vii) [Reserved](viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).(ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.).(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.).(xii) 52.222-54, Employment Eligibility Verification (Jan 2009).(xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.(xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (4) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. TERMS AND CONDITIONS Contracting Officer Authority a. The Contracting Officer has responsibility for ensuring the performance of all necessary actions for effective contracting; ensuring compliance with the terms of the contract and safeguarding the interests of the United States in its contractual relationships. Accordingly, the Contracting Officer is the only individual who has the authority to enter into, administer, or terminate this contract. In addition, the Contracting Officer is the only person authorized to approve changes to any of the requirements under this contract, and notwithstanding any provision contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. b. The Contracting Officer may designate, in writing, representatives to perform functions required to administer this contract, however, any implied or expressed actions taken by these representatives must be within the limits cited within the Contracting Officer's written designations. The Contracting Officer shall provide the Contractor copies of all relevant written designations. If any individual alleges to be a representative of the Contracting Officer and the Contractor has not received a copy of the document designating that representative, the Contractor shall refrain from acting upon the representative's requirements and immediately contact the Contracting Officer to obtain a copy of the document designating that individual as a representative of the Contracting Officer. c. The Contractor shall immediately notify the Contracting Officer for clarification when a question arises regarding the authority of any person to act for the Contracting Officer under the contract. Authorized Changes Only By the Contracting Officer a. Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. b. The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. c. The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the Contracting Officer's. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the Contractor price to cover any increase in charges incurred as a result thereof. The address and telephone number of the Contracting Officer is: Name: Marilyn Colot Address: National Park Service 200 Chestnut Street, 3rd Floor Philadelphia, PA 19106Telephone: (215) 597-7143 d. The Contracting Officer may designate other Government personnel (known as the Contracting Officer's Technical Representative) to act as his or her authorized representative for contract administration functions, which do not involve changes to the scope, price, schedule, or terms and conditions of the contract. The designation will be in writing, signed by the Contracting Officer, and will set forth the authorities and limitations of the representative(s) under the contract. Such designation will not contain authority to sign contractual documents, order contract changes, modify contract terms, or create any commitment or liability on the part of the Government different from that set forth in the contract. Contracting Officer's Technical Representative is: Name: Jim Gasser Address: National Park Service 1201 Eye Street, NW Washington, DC Telephone: (202) 354-6935 e. The Contractor shall immediately contact the Contracting Officer is there is any question regarding the authority of an individual to act on behalf of the Contracting Officer under this contract. Submission of Invoices: All contractor invoices must be submitted via U.S. Postal service to: Invoice Technician National Park Service200 Chestnut Street, 3rd FloorPhiladelphia, PA 19106 The NPS Contracting Officer's Technical Representative is responsible for the review and approval of all invoices submitted under the resultant procurement. Offerors are reminded to include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications- Commercial Items, with its offer. To view the clauses in full text, visit http://www.acqnet.gov/far. The venue/hotel must be in full compliance with the requirements of the Americans with Disabilities Act (P.L. 101-336) (42 U.S.C. 12101 et. Seq.) To be eligible for award under this solicitation the successful offeror will need to be registered on the Central Contractor Registration website (www.ccr.gov). This announcement will close at 3:00 PM Local Time on Friday July 23, 2010. Oral communications are not acceptable in response to this notice. Submit questions regarding this solicitation via e-mail to Denny Braccia, Contract Specialist, at denny_braccia@nps.gov. NOTE: THIS IS NOT A SOLICITATION FOR EVENT PLANNING SERVICES
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N4503100325/listing.html)
 
Place of Performance
Address: Within the geographic area of either the Northeast Region (NER) or National Capitol Region (NCR) of the NPS. The NER covers ME, VT, NH, NY, MA, RI, CT, PA, NJ, DE, MD, VA & WVA. The NCR covers the District of Columbia as well as parts of MD and VA.
Zip Code: 19106
 
Record
SN02199292-W 20100710/100708234857-7f580d2e051a65b9aa062fae2b07501c (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.