Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2014 FBO #4466
MODIFICATION

R -- Multi Interoperability Working Group Conference

Notice Date
2/13/2014
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
N00174 Naval Surface Warfare Center, Maryland 4072 North Jackson Road Suite 132 Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
N0017414T0021
 
Response Due
2/10/2014
 
Archive Date
3/8/2014
 
Point of Contact
Christine M. Owens, Phone: 3017446556
 
E-Mail Address
christine.owens@navy.mil
(christine.owens@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Multinational Interoperability Working Group Conference, September 2014 PLEASE SEE PREVIOUS AMENDMENT POSTED 13 Feb 14 FOR THE MOST CURRENT VERSION OF THIS REQUIREMENT, WHICH IS ADDRESSED IN THE COMBINED SYNOPSIS BELOW! This is a combined synopsis solicitation for a commercial product prepared in accordance with the format in Subpart 12.6 ("Streamlined Procedures for Evaluation and Solicitation for Commercial Items"), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This request for quote (RFQ) N00174-14-T-0021 is being released for full and open competition. The North American Industry Classification System (NAICS) code is 721110. The Offeror shall provide a firm fixed price offer in English and United States Dollar (USD) for a conference venue located in Brussels, Belgium to host the Multinational Interoperability Counsel's September 2014 Multinational Interoperability Working Group (MIWG) conference for five days. It is anticipated that the MIWG 2014 shall commence on 15 September 2014 and end on 19 September 2014 with three "shoulder" days available to accommodate early arrivals and late departures. The alternate period of performance is 8 - 12 September 2014. The venue must be capable to provide lodging to all participants and provide sufficient meeting spaces and facilities, equipment, and materials necessary to perform the tasks as defined in the Performance Work Statement (PWS). The following factors will be used to evaluate offers. In determining the overall value of the quote, cost is equally as important as technical but more significant than past performance. Factor 1: Cost Factor 2: Technical Subfactor 1: Technical Approach Subfactor 2: Management Approach Factor 3: Past Performance Factor 1 - Cost: When evaluating the price quote, a determination will be made as to the Offeror's price reasonableness, completeness, realism, and consideration of the total room night revenue associated with the conference. The Offeror's quote must demonstrate reasonable pricing that is aligned with the technical approach and management approach. Price will not receive an adjectival rating. The Government will evaluate offers for award purposes on the total price for the basic requirement (location, lodging accommodations, meeting rooms and support, morning and afternoon light refreshments, and the "Ice Breaker" social). Price quotes shall be broken into major sub-categories (meeting rooms, support, Ice Breaker Social, morning and afternoon refreshment breaks, etc.) and a total proposed cost. Factor 2 - Technical: NO PRICING IS TO BE PROVIDED IN THE TECHNICAL RESPONSE. Subfactor 1 - Technical Approach : The Offeror shall describe, in one page or less, how it will meet the requirements of the Performance Work Statement (PWS), specifically section 3.0. The Offeror's quote will be evaluated based on its technical approach description including detailed deliverables, if any, and performance standards as defined in the PWS. The Offeror shall respond to full compliance of each item listed under section 3.0 of the PWS and address the ability to meet the desired delivery requirements defined in the PWS. Subfactor 2 - Management Approach: The Offeror's quote must describe, in one page or less, a management plan for execution of all of the tasks in the PWS, with the ability to execute all tasks within the specified timeframes utilizing a multi-disciplined team with knowledge, skills and abilities across the full spectrum of the requirement. Factor 3 - Past Performance : Past performance information shall be provided in order to understand an Offeror's past performance in hosting similar type events. Past performance information is one indicator of an Offeror's ability to perform the Task Order successfully. The Offeror shall describe, in one page or less, past contracts to host a Government or International Organization entity with similar requirements of complexity, scope, meeting rooms, number of people, etc. to include the name. Failure to address any of the instructions within this combined synopsis/solicitation may result in a quote being considered unacceptable. The Government will make a best value determination based on these factors. Intent is to award based on initial offers. If considered necessary by the Contracting Officer, discussions will be conducted only with those Offerors determined to have a reasonable chance for award. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quotes form, etc.) but must include the following information: •1.) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), ability to meet delivery requirement and unit cost of product. •2.) The company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. •3.) In addition, if you are quoting on a comparable commercial item, product literature must be included. •4.) To reiterate, All FAR certifications and representations specified above must also accompany your quote unless available on line. Any and all questions must be submitted 5 days before close of solicitation. No questions will be accepted after than time. Responses must be received no later than 12:00 p.m. EST on 21 February 2014. Provide responses to Christine Owens, Code 0230, Naval Sea Systems Command, Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD), Contract Department, 4072 North Jackson Road Suite 118, Code 0230 Indian Head, MD 20640-5115. Please email ALL responses to Electronic mail address: Christine.owens@navy.mil. This synopsis is being posted to the Federal Business Opportunities (FBO) page located at www.fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N0017414T0021/listing.html)
 
Record
SN03288458-W 20140215/140213234213-929f3fac8f235e20cb0c83c2ca9fa443 (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.