Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2006 FBO #1599
SOLICITATION NOTICE

X -- FACILITIES, MEALS AND LODGING FOR U.S. DEPT. OF COMMERCE FINANCIAL MANAGEMENT CONFERENCE FROM JUNE 6-8, 2006

Notice Date
4/11/2006
 
Notice Type
Solicitation Notice
 
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 B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-06-Q-0321
 
Response Due
4/17/2006
 
Archive Date
5/2/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6--Streamlined Procedures for Evaluation and Solicitation for Commercial Items--as supplemented with additional information included in this notice. This solicitation is being issued as a Request for Quotation?s (RFQ) using simplified acquisition procedures under the authority of FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. This procurement is being competed on an unrestricted basis. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 with a size standard of $6.5 million. The U. S. Department of Commerce (DOC), National Institute of Standards and Technology (NIST), on behalf of DOC, has a requirement for conference space, meals, and lodging for a DOC Financial Management Conference within a twenty-five mile radius of Cumberland, Maryland which is scheduled to be held from June 6, 2006 through June 8, 2006. To be eligible to be considered for award for this procurement, the Offeror must be located no more than twenty-five miles driving distance from the following location: 57 N. Liberty Street, Cumberland, MD 21502. Contract line item numbers (CLIN?s) and related requirements for this RFQ are as follows: CLIN 0001: CONFERENCE SPACE FOR JUNE 6, 7 AND 8; QUANTITY: 1; UNIT: LOT The Contractor shall provide the conference space that meets or exceeds the following minimum requirements: a. Meeting room to accommodate up to 190 people, to include the following equipment: Table in front of the room, with at least 5 chairs in front of it facing the audience; at least up to 190 chairs in the audience; the following audiovisual capabilities: 5 wireless microphones, single podium with microphone, large projector screen. The room shall be available from 8:00am to 5:00pm on June 6, 7, and 8. b.At least one ?break out? room, each with a table with chairs for at least 80 people. The break-out rooms shall be available from 8:00am to 5:00pm on June 6, 7 and 8. CLIN 0002: MEALS FOR DOC CONFERENCE ATTENDEES FOR JUNE 6, 7 AND 8; QUANTITY: 1; UNIT: LOT The Contractor shall provide a nourishing breakfast, lunch and dinner (buffet style) to all attendees at the conference on June 6, 7 and 8, as follows: June 6: Dinner for up to 190 people. June 7: Breakfast, lunch and dinner for up to 190 people; also, mid-morning and mid-afternoon coffee service for 180 people. June 8: Breakfast and lunch for up to 190 people. CLIN 0003: LODGING SERVICE FOR DOC CONFERENCE ATTENDEES FOR EVENINGS OF JUNE 6 AND 7; QUANTITY: 1; UNIT: LOT The Contractor shall provide lodging service for up to 190 people, as follows: Arrive: June 6, with rooms used that evening; used on evening of June 7; checking out morning of June 8. Total number of nights stayed: 2. All rooms shall be single occupancy rooms. The following FAR provisions and clauses apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including subparagraphs: 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and Department of Commerce Agency-Level Protest Procedures which can be downloaded at www.nist.gov/admin/od/contract/agency.htm. Offerors shall read FAR 52.212-1 and submit their quote in accordance with paragraph (b) of that provision. EACH SUBMITTED QUOTE SHALL ADDRESS ITEMS (1) THROUGH (11) OF FAR 52.212-1(B), excluding past performance information noted in (10). PRICING SHOULD BE INCLUDED AS A SEPARATE DOCUMENT FROM ALL OTHER QUOTATION DOCUMENTS. Pricing must be broken down for CLIN 0001, CLIN 0002 and CLIN 0003 separately, as noted above, and shall exclude taxes since the Federal Government is exempt from state taxes. All proposed pricing, to include audio-visual equipment must be included. Each proposal should include at a minimum the following information to be considered: (1) per night sleeping room rate for single occupancy; (2) costs per person for meal charges; (3) If proposed pricing is submitted on a per person cost inclusive of all costs, a structured pricing breakdown of the per person cost should be submitted supporting the per person pricing quoted; (4) a sample menu plan as to the types of meals that will be offered to the attendees; (5) literature documenting the amenities that are available for the attendees; (6) information establishing the location: address of the facility being proposed and (7) A copy of the offeror?s established commercial room rates or price list. IN SUBMITTING A QUOTATION, THE OFFEROR AGREES TO HOLD ALL ROOMS AND FACILITIES IN RESERVE AT NO COST TO THE GOVERNMENT THROUGH AT LEAST APRIL 28, 2006 TO ALLOW THE GOVERNMENT TO EVALUATE ALL QUOTATIONS AND MAKE AN AWARD DECISION. The Government intends to award a firm fixed price purchase order resulting from this solicitation to the responsible offeror whose quote confirming to the RFQ provides the best value to the government based on information provided in response to this RFQ, price and other factors considered. The other factors that will be used to evaluate quotations will include the extent to which the offered solution meets or exceeds minimum requirements of this RFQ, the location of the facility (must be located within twenty-five miles driving distance from 57 N. Liberty St., Cumberland, MD 21502) and price. The terms and conditions of the resultant purchase order will include FAR clause 52.212-4 and FAR clause 52.212-5, with the same fill-ins as indicated in this RFQ. If any additional documentation is required by the Offeror to be executed, then it will be considered an Addendum to the purchase order, and any conflicts in terms and conditions between the purchase order and that Addendum shall be governed by paragraph (s), Order of precedence, in FAR clause 52.212-4. The National Institute of Standards and Technology reserves the right to negotiate the term of any proposed addendum. The Offeror shall email their quote to joni.laster@nist.gov, with a courtesy copy to joseph.widdup@nist.gov, so that it is received by the response date for this RFQ. The quotation may be submitted in one or more of the following formats: Microsoft Word, Microsoft Excel and/or Adobe .pdf. Alternatively, Offerors may submit their quote by fax to Ms. Joni Laster at fax (301) 975-8884; that fax must be received by the response date for this RFQ.
 
Place of Performance
Address: CUMBERLAND, MARYLAND
Zip Code: 21502
Country: USA
 
Record
SN01025426-W 20060413/060411220328 (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.