MODIFICATION
X -- 2015 SelectUSA Investment Summit Venue
- Notice Date
- 4/29/2014
- Notice Type
- Modification/Amendment
- 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
- 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. The Government will not consider quotations offering third party event planning services that propose to subcontract for the venue requirements. 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 in March, may propose dates in the months of February, April and May of 2015. 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 a venue for the 2015 SelectUSA Investment Summit and associated services in accordance withthe Statement of Work (SOW) attached herin. The purchase order contract line items (CLINs) are: 0001: Event Spacess and Associated Servicces in accordance with the SOW. 0002: Audiovisual Equipment and Services in accordance with the SOW. 0003: Food and Beverage Minimum The Government intends to award one Firm Fixed Price purchase order to the offeror that represents the best value to the Government. 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 and title. 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 quotation: (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. Demonstrate ability to meet the A/V requirements in the attached "Venue Requirements" spreadsheet. 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. 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, both in-house and within the agove mentioned radius. Parking rates shall include: i. Breakdown of rates ii. Applicable taxes, service charges, assessments, etc. g. Description of security capabilities 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 CLIN: a. Itemized price listing of available space for each of the stated venue 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 to offerors that comply with the quotation preparation instructions and meet the technical requirements of the SOW section 4.0, Tasks 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. Offerors will be evaluated on accessibility and affordability of hotel rooms and parking; however, this factor will not be included in the price evaluation. (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 quotation. (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 any SelectUSA officials other than the contracting officer, 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
- SN03351408-W 20140501/140429234617-afbf40c6100de41aa69008640a088c32 (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 |