Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2011 FBO #3415
SOLICITATION NOTICE

X -- TAILORED TRUSTWORTHY SPACES (TTS) WORKSHOP

Notice Date
3/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
National Science Foundation, Division of Acquisition and Cooperative Support, DACS, 4201 Wilson Boulevard, Room475, Arlington, Virginia, 22230
 
ZIP Code
22230
 
Solicitation Number
DACS11Q2157
 
Archive Date
4/23/2011
 
Point of Contact
Jannele Gosey, Phone: (703) 292-4445
 
E-Mail Address
jgosey@nsf.gov
(jgosey@nsf.gov)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation is being issued as a Request for Quote (RFQ). Proposals are being requested and a written solicitation will not be issued. Provisions and clauses in effect through FAC 2005-48 are incorporated into this RFQ. OBJECTIVE The Networking and Information Technology Research and Development (NITRD) program intends to procure meeting space, sleeping rooms, food, and audio visual equipment of a high-quality facility for the Tailored Trustworthy Spaces (TTS) Workshop to be held July 18-20, 2011. The facility must be located within the Washington Metropolitan Area, preferably easily accessible via metro. MEETING SPACE REQUIREMENT: The facility must provide one (1) large general session meeting room to accommodate 100 attendees, 60 classroom style and 40 theater style on all meeting days. After meeting hours access required. The workshop will also require the use of two additional spaces, to be used as break out spaces that will seat a minimum of 25 people in an open U with empty chairs around the perimeter of the room, and reception space for two evenings. Meeting space is to only be utilized by workshop attendees for the duration of the workshop. SLEEPING ROOMS REQUIREMENT: The facility must provide up to 40 single occupancy, private rooms with private baths for three nights (Sun, Mon, Tues) at the government per diem rate of $157 per night. All lodging rooms must be at the same location as the conference facility. Internet connection is required in sleeping rooms. AUDIO VISUAL REQUIREMENT: All rooms should include: one (1) projection screen, (1) one projector, (1) microphone (general session only). All applicable fees must be included. Breakout rooms will require flip chart packages. FOOD REQUIREMENT: On-site catering needed with adjoining dining area for all meals. Meals: Vegetarian options are required. Full menu selection for dinner is required. At least a 2 ½ hour dining window needed to allow maximum flexibility for participants. Breakfast needed for Wednesday, Thursday and Friday of each seminar. Lunch needed for Monday and Tuesday of the workshop. Reception refreshments needed for Monday and Tuesday of the workshop. On the last day, Wednesday, of the workshop participants will need a box lunch to go, departure time will be 12:00 p.m.. Morning and afternoon breaks for participants need to be continuous from 8:30 am-5:00 pm and include light refreshments. All applicable fees must be included. NOTE: Pursuant to the National Science Foundation Authorization Act of 1950, NSF may use appropriated funding for special activities which includes meals and beverages. SUBMISSION OF QUOTE: Quotes are due no later than 4:00pm, local Washington, D.C. time, April 8, 2011. Quotes are to be e-mailed to Jannele Gosey at jgosey@nsf.gov. No faxes will be accepted. Late quotes will be subject to the terms of FAR Provision 52.212-1 as incorporated below. As provided in 52.212-1, offerors shall provide a technical description of the items being offered in sufficient detail to allow the NSF to evaluate compliance with the requirements in this solicitation. If you have questions regarding this requirement, please submit your inquiries, via email, to Ms. Gosey, no later than 12:00pm Washington, D.C. local time, April 5, 2011. EVALUATION FACTORS FOR AWARD The following factors listed in descending order of importance shall be used to evaluate offers: (i) Technical - The quality of the proposed items/services and the capability to meet NSF's requirements. (ii) Price - will be evaluated for reasonableness. (iii) Past Performance - will be evaluated for relevance to this requirement. Technical and past performance, when combined, are significantly more important than price. NOTE: The NSF reserves the right to verify the offerings of any offeror through an onsite inspection of the property. SELECTION CRITERIA NSF will make a source selection decision based on Best Value. Award will be made to the responsible offeror whose quote provides the greatest value to the Government after consideration and evaluation of all the factors. The factors in descending order of importance are as follows: Technical, Price, and Past Performance. CLAUSES The following Federal Acquisition Regulation (FAR) provisions and clauses in effect through FAC 2005-16 are applicable to this procurement: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION-COMMERCIAL ITEMS, 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR Clause 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS, The Contractor shall comply with following clauses, as indicated within the respective sections of paragraph b of this provision: (8) 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET ASIDE; (19) 52.222-3, CONVICT LABOR; (20) 52.222-19, CHILD LABOR; (21) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES; (22) 52.222-26, EQUAL OPPORTUNITY; (24) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; (31) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER____CENTRAL CONTRACTOR REGISTRATION; and (33) RESTRICTIONS ON CERTAIN PURCHASES
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NSF/DACS/DACS/DACS11Q2157/listing.html)
 
Place of Performance
Address: 4201 Wilson Blvd, Arlington, Virginia, 22230, United States
Zip Code: 22230
 
Record
SN02412953-W 20110401/110330234559-5e1b698a2a091f6110dfbe5d77e972f9 (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.