Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2005 FBO #1375
SOLICITATION NOTICE

R -- Conference management services for a conference to be held in February 2006 in Oahu HI.

Notice Date
8/30/2005
 
Notice Type
Solicitation Notice
 
NAICS
561920 — Convention and Trade Show Organizers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
Reference-Number-NCNS4000500218CMM
 
Response Due
9/19/2005
 
Archive Date
10/4/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation for the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), Center for Coastal Environmental Health, Charleston, SC for Conference management services for a conference to be held in February 2006 in Oahu HI. This constitutes the only Request For Quote (RFQ), written offers are being requested; and a written solicitation will not be issued. This notice is hereby issued as RFQ No. NCND4000500218CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05. The line item(s) will be delivered or picked up in accordance with the specifications listed below. The FAR clauses incorporated into this acquisition, located in Section B, shall be: 52.212-4 Contract Terms and Conditions ? Commercial Items (Oct. 2003), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Jul. 2005) (Sections 5, 14, 16, 17, 18, 19, 20, 26, and 27). The following Commerce Acquisition Regulations (CAR) clauses and provisions are also incorporated into this acquisition by reference and are also located in Section B: 1352.201-70 Contracting Officer?s Authority (Feb. 2005), 1352.215-70 Period of Performance (Mar. 2000) {the period of performance of this contract will be from date of notice to proceed through the conclusion of the conference. Conference dates are in February 2006.}, 1352.252-70 Regulatory Notice (Mar. 2000). The FAR provisions, located in Section D, that are hereby incorporated into this acquisition shall be: 52.212-1, Instruction to Offerors ? Commercial Items (Jan. 2005), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Jan 2005). The following Commerce Acquisition Regulations (CAR) clauses and provisions are also incorporated into this acquisition by reference and are located in Section D: 52.212-2 52.212-2 Evaluation Commercial Items (Jan. 1999) {The following factors shall be used to evaluate offers: 1) Ability to provide options for conference site (hotel), transportation, and accommodations for conference participants; 2) Ability to ensure availability of adequate meeting rooms, audio/video equipment, and food and beverages during the conference; 3)Ability to provide online registration and registration database for participants and assist with on-site registration; 4) Ability to make personalized travel arrangements (air and ground transportation) and provide itineraries for conference participants; 5) Ability to purchase airline tickets and reimburse participants for approved conference expenses (i.e., per diem costs); 6) Ability to recognize the need for effective communications with the Conference Organizing Committee or its representative prior to and during the course of the conference; 7) Ability to anticipate late changes in the conference program agenda or scheduling to avoid delays and confusion; 8) Ability to deliver a contractors report to NOAA, NOS, CCEHBR within 30 days following end of conference; 8) Technical capability. Provide sufficient information, and documentation that demonstrates the ability to organize and manage conferences similar to that described in the Statement of Work (SOW); 9) Offeror should also provide a brief, succinct cover letter expressing interest in responding to this announcement and deliverable, a brief company overview, resume, and experience with projects like the one described herein. Resume and experience not to exceed four (4) pages. The cover letter shall include the firms contact information including address, phone and fax numbers, and email address; 10) Past Performance. Provide list of contacts including phone numbers, of firms to whom the offeror has successfully provided services that are the same or equal to that described herein. Price. All factors other than price are equally important to one another. The proposed price will be evaluated but not scored. The price evaluation will determine whether the proposed price is realistic, complete and reasonable in relation to the solicitation requirements. Although price is the least important evaluation factor, it will not be ignored. The degree of importance of the proposed price will increase with the degree of equality of the proposals in relation to the other factors on which selection is to be based. The Government reserves the right to award to other than the lowest priced offeror or to the offeror with the highest technical score if the Contracting Officer determines that to do so would result in the best value to the Government.}, 13.215-73 Inquiries (Mar. 2000), 1352.252-71 Regulatory Notice (Mar. 2000). The following Commerce Acquisition Regulations (CAR) clause is also incorporated into this request for quote: 1352.215-75 ? Basis for Evaluation (Mar. 2000) {This is a best value, competitive requirement. Award will be made to the offeror(s): whose offer conforms to the solicitation requirements; who is determined responsible in accordance with the Federal Acquisition Regulations (FAR) by possessing the financial and other capabilities to fulfill the requirements of the contract; and whose proposal is judged, by an integrated assessment of price and other evaluation factor(s) listed in to be the most advantageous to the Government. The Government will use the best value trade-off process in determining which offer is in the best interest of the Government, in accordance with FAR 15.101-2}. FAR clauses and provisions are available on the Internet Website http://www.arnet.gov/far. Full text of these CAR clauses and provisions are available upon written request by sending an email to carey.m.marlow@noaa.gov. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: AMD/Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Offers must be received on or before 2:00 pm CDT, Monday, September 19, 2005. Offers may be faxed to 816-426-5067 or 816-426-7530, Attn: Carey Marlow. In addition to technical information and price, offers must include the following: 1) a completed copy of the provisions contained in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 2) certification of registration in the Central Contractor Registration database; and 3) Performance references for requirements that are comparable to those stated within.. Price proposal shall provide a breakdown of costs. Prices shall include the total cost of : CLIN 0001 (including travel/lodging for participants, conference accommodations, training/workshop accommodations), cost for management services, and total cost of all services. This is a firm fixed price solicitation. DESCRIPTION: Contractor will be responsible for the following tasks: Main Conference: 1. Attendance of 40-50 invited participants will be provided travel accommodation; others interested in attending will register and pay a registration fee to the conference manager. Services anticipated to be provided include but are not limited to: a) Make air travel arrangements including purchase of tickets for those obliged to fly to Hawaii, this will include both domestic and international flights. i. Est: 15 local to Hawaii (approx. 10 will be local to Oahu, not requiring flights). ii. Est: 15 from Pacific Islands (i.e., Am. Samoa, Guam, Palau, Marshall Is.). iii. Est: 2 Australia, 2 Isreal. iv. Est: 16 East Coast US b) Present conference organizing committee representative with options for accommodations and arrange hotel accommodations. c) Arrange hotel meeting rooms including audio/visual equipment. d) Online registration and registration database. 2. The main conference will be 4 days long. 3. The 4 days of conference meeting will require: a) Day 1 ? a conference room that will accommodate approx 40-50 participants. b) Days 2 & 3 ? 4 breakout rooms to accommodate approx. 10-15 participants. c) Day 4 ? 4 breakout rooms to accommodate 10-15 participants for half day. d) Day 4 ? a conference room that will accommodate approx 40-50 participants for half day. 4. Arrange for Food & Beverage: a) Working Lunch for 4 days for the main conference. b) Two breaks per day on each of the four meeting days. c) Evening meals to invited participants may be pre-arranged or reimbursed based on per diem rates. 5. Contractor will assist with registration and other meeting logistics including online registration. 6. The Contractor will handle all production of the conference with guidance from local member of organizing committee. Training Workshop 1. A follow-on training session for the rapid response team (approx. 20) will take place on days 5-8 of this meeting. a) Days 5 & 6 will require one room set as a classroom. b) Days 7 & 8 will require arranging transportation between hotel and field sites. c) Arrange for two breaks per day on days 5 & 6 of the training workshop. d) Arrange a working lunch on days 5 & 6 of the training workshop. e) Arrange bag lunches for days 7 & 8 for field training operations portion of the training workshop. f) Evening meals to invited participants may be pre-arranged or reimbursed based on per diem rates. NOTE: THE ABOVE ARE MIMUMUM REQUIREMENTS. BID FORMAT: Provide itemized pricing as follows: TOTAL Line Item #1 ? (Quote should include travel/lodging for participants, conference accommodations, training/workshop accommodations) $______________________ Charge for Management Services $_______________________ Grand Total $_______________________ DOC, CASC requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505.
 
Place of Performance
Address: CCEHBR, 219 Fort Johnson Road, Charleston, SC 29412
Zip Code: 29412
Country: USA
 
Record
SN00882369-W 20050901/050830211751 (fbodaily.com)
 
Source
FedBizOpps.gov 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.