Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2014 FBO #4535
SOLICITATION NOTICE

X -- 2015 SelectUSA Investment Summit Venue - Supporting Documents

Notice Date
4/23/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
Venue_02788
 
Archive Date
5/22/2014
 
Point of Contact
Monica Brown, Phone: 2024820932
 
E-Mail Address
monica.brown@trade.gov
(monica.brown@trade.gov)
 
Small Business Set-Aside
N/A
 
Description
FY 2014 Small Business Goals Venue Space Needs Attachment Statement of Work This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format the Federal Acquisition Regulation (FAR) Subpart 12.6, 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. This solicitation is being issued "Subject to Availability of Funds" in accordance with clause 52.231-18, Availability of Funds. The RFQ solicitation number is: Venue_02788 and is solicited for Full and Open competition. This solicitation document incorporates all mandatory commercial item provisions and clauses in effect through Federal Acquisition Circular 05-72; effective January 30, 2014. The associated North American Industrial Classification System (NAICS) code is 721110 and Product Service Code of category X1AB: Lease/Rental of Conference space and facilities and the small business size standard is $30.0 million. This requirement is being solicited as unrestricted; full and open competition. Please note that third party services (i.e. event planning, etc.) will not be considered. All Offerors that provide a quotation agree that the requirement and services can be provided in its entirety, for the specified performance period. The preferred period of performance is March 2015, offerors that can provide services in March will receive preference. Offerors that cannot provide the complete requirement and services during the performance period of March, can provide alternative dates in the months of February, April and May and will be considered. Offerors that cannot provide services in the months specified should not provide a quotation, as the quotation will not be considered. The Offeror shall provide the following requirements, in its entirety, in accordance with the Statement of Work (SOW) attached herein: The National Institute of Technology (NIST) on behalf of the Department of Commerce's, International Trade Administration's (ITA) SelectUSA needs to acquire a suitable investment summit venue, associated audio-visual package and support conducive to an investment summit. The place of performance will be at the Contractor's facility. The period of performance is two (2) days in March 2015 for the hours of operation: 6:30 AM to 6:00 PM. Location: Venue must be within a.8 miles radius of a Washington Metropolitan Area Transit Authority Metro station, Maryland Transit Administration Light Rail station, Virginia Railway Express, or MARC train station; or have available shuttle service from public transportation to the venue. Facility: Must meet conference space and equipment requirements for 2,500 estimated participants, high-level U.S. Government speakers, and other VIPs as described in the attached Venue Requirement spreadsheet. Registration, conference, exhibition, breakout, press, holding, and meeting spaces must be either adjacent or aligned on a clearly marked route that does not require assistance to navigate. Lodging (Do not include lodging pricing in quote, as travelers will be responsible for respective costs): Must have a minimum of 1,600 rooms within a.2 mile radius of the venue to accommodate Summit participant room needs. Preference will be given to venues with an adjoining, adjacent hotel, or sub-contracted hotel that has the capability to provide a room block for 800 Summit participants. Equipment: Audio-Visual Package and set-up support as specified in the SOW. Please note: The Government is tax exempt. The purchase order contract line items (CLINs) are planned as follows: 0001: Meeting Room and services to include security for approximately 2500 people for two (2) full days meeting the requirements of the venue requirement spreadsheet and SOW. 0002: Audiovisual requirements support package and services for two (2) full days meeting the requirement of the venue requirement spreadsheet and SOW. 0003: Hospitality (Food and Beverage) support package and services for two (2) full days in accordance with the SOW. The NIST intends to award one Firm Fixed Price purchase order to the offeror that represents the best value to the Government in regards to date, location, audio visual package, hospitality, price and accommodations availability. Best value is defined as the expected outcome of the acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. Quotation Preparation Instructions and Evaluation Criteria Quotation Submission: Questions and submissions will be accepted only in electronic form to Monica H. Brown, Contract Specialist at email Monica.Brown@trade.gov. The subject line of the email must contain the solicitation number, be signed and dated. The quoter shall submit a pricing breakdown, in accordance with the respective CLIN (i.e. quantity, number of days, unit price, fees, etc.) in a format that is clear; AND also must submit a summary of total pricing for the total performance period in accordance with quotation instruction. A small business subcontracting plan is required by all large business to be completed and submitted as part of their technical quotation that is in accordance with the requirements of FAR 19.704. Quotation Preparation Instructions: The Offeror shall address each of the following factors in its proposal: (1) Technical Capability & Flexibility: The Offeror shall demonstrate its proposal complies with each of the requirements included in Section 4.0 of the SOW, including the Venue Requirements attachment. In addition, the Offeror must provide: a. Itemized listing of additional, available space (including capacity) that demonstrates the flexibility of the Offeror's meeting space should the Summit need additional space above that described in the venue requirements spreadsheet to allow for a scenario where demand for the Summit exceeds current attendance estimates of 2,500. Any additional space required would be contracted by the Event Planner and shall not be priced in the proposal. b. Itemized listing of A/V capabilities. If the Offeror intends to subcontract this effort, the proposed subcontractor's, capabilities must be provided. c. Demonstrated ability and experience, if applicable, working with a contracted event planner. d. Documentation of available hotel rooms within the aforementioned.2 mile radius of the venue. Offerors will be evaluated on accessibility and affordability; however, this factor will not be included in the price evaluation. If applicable, guest room rates shall include: i. Breakdown of rates by type of room (e.g. single, double, suite, etc.) ii. Applicable taxes, service charges, assessments, etc. e. Catering policies. If required to use in-house catering, the Offeror must provide a sample breakfast, lunch, and coffee break menu. f. Parking policies and capacities. g. Itemized list of security capabilities provided and any options for additional services procured. If the Offeror intends to subcontract this effort, the proposed subcontractor's capabilities and options shall be provided. h. A small business subcontracting plan in accordance with the requirements of FAR 19.704. (2) Management and Quality Control: The Offeror shall describe its procedures for managing and controlling the performance of the SOW requirements to ensure successful completion in the requirement timeframe. The Offeror shall also describe how it will work with the Event Planner as the primary point of contact. (3) Past Performance: The Offeror shall provide information regarding relevant contracts including a description of the contract, dollar value, and a point of contact. Offerors who do not have the requested past performance record will not be rated favorably or unfavorably, but instead will receive a neutral rating. (4) Price: The Offeror shall submit a firm-fixed price for each of the following items: a. Itemized price listing of available space for each of the stated venue requirements, as outlined in the venue requirements spreadsheet. b. Itemized price listing of additional, available space as listed in 1 (C) under Proposal Preparation c. A/V itemized price listing. d. Itemized price listing of security, including any options to procure additional security. If the Offeror uses an outside vendor, outside vendor prices shall be provided. e. Itemized pricing for any food and beverage requirements. If required to use in-house catering, provide a sample breakfast, lunch, and coffee break price listing. Preference will be given to bids that do not include a food and beverage requirement. f. Itemized coat room usage fees g. Parking Fees Evaluation: SelectUSA will evaluate the Offeror's ability to meet the requirements outlined in the SOW through (i) evaluation of Offeror's quotation and (ii) site visits. The Government will schedule and conduct a site visit the offeror within a week after the quotation close. All proposals will be evaluated based on the following criteria listed in descending order of importance. (1) Technical Capability & Flexibility: SelectUSA will evaluate the extent to which the proposal demonstrates the Offeror meets or exceeds the requirements articulated in the SOW and the extent to which the Offeror's proposal demonstrates flexibility to accommodate requirements for different types of meeting spaces as the Summit agenda is finalized. SelectUSA will give preference to Offerors who demonstrate convenience to airports, restaurants, and Washington, DC. Preference will also be given to Offerors who demonstrate meeting space flexibility and/or an ability to augment security in the likely event of high-level participation from senior White House, U.S. Government, and foreign government officials. (2) Price: SelectUSA will evaluate the Offeror's proposed prices for the venue, services, and other functions outlined in 4.0. The Government will evaluate the Offeror's pricing to determine fairness and reasonableness. Offerors who include any type of room minimum requirements will not be considered. Preference will be given to offerors who do not include food/beverage minimums in their proposal. (3) Management and quality control: SelectUSA will evaluate the Offeror's proposed approach for managing the effort required to meet the Government's stated requirements and quality control to determine the extent to which they will contribute to the Offeror's ability to successfully execute the contract. (4) Relevant past performance: The Offeror will be evaluated on the demonstrated quality of performance on previous relevant contracts, to include the ability to control the quality and cost of work, timeliness of performance, and effectiveness at accomplishing the goals of previous contracts. Relevant contracts are those contracts of the Offeror that are of similar scope, magnitude, nature, and work. A minimum of five (5) references from the five (5) most recent, relevant contracts shall be submitted by the Offeror. All references shall be recent and relevant to work under this task order, as the Government reserves the right to fully investigate all relevant past performance information. Offerors who do not have the requested past performance record will not be rated favorably or unfavorably, but instead will receive a neutral rating. (5) Small Business Subcontracting Plan: The offeror will be evaluated based on meeting the goals of the Department of Commerce (see attached document that specifies goals) and the extent of participation of small disadvantaged business (SDB) concerns in performance of the contract in terms of the value of the total acquisition. Questions: Questions shall be submitted by Monday, April 28, 2014 no later than (NLT) 12:00 p.m./EST. Quotation Submission Deadline: Quotations must be received by Wednesday, May 7, 2014 NLT 4:00 p.m./EST. Any responses received after the closing times and dates listed above will not be considered. NOTE: Communication with other officials may compromise the integrity and competitiveness of this acquisition, which could result in the cancellation of the solicitation and/or exclusion of your quotation. Solicitation Provisions / Clauses: This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular FAC 05-72, effective January 30, 2014. The following FAR provisions/clauses apply to this acquisition: FAR 52.209-5, Updates of Publicly Available Information Regarding Responsibility Matters FAR 52.209-7, Information Regarding Responsibility Matters FAR 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items The following FAR clauses identified under paragraph (b) of 52.212-5 are applicable to this acquisition: (4), (6), (9), (10), (14), (15), (28), (29), (30), (31), (32), (38), (40), (47), (50) The following FAR clauses identified under paragraph (c) of 52.212-5 are applicable to this acquisition: (1), (2) FAR 52.204-7, Central Contractor Registration FAR 52.232-18, Availability of Funds (APR 1984) OFFEROR MUST COMPLETE AND SUBMIT WITH ITS PROPOSAL, FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS WHICH ARE AVAILABLE ELECTRONICALLY AT: http://farsite.hill.af.mil and http://www.acquisition.gov/far/ Contractors not registered in the System for Award Management at the time the requirement is anticipated to be awarded will not be considered. Contractors may register with SAM by accessing www.sam.gov or by calling 1-866-606-8220.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/Venue_02788/listing.html)
 
Record
SN03346259-W 20140425/140423234830-268a7481d509884834488f75eef8bbf8 (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.