SOLICITATION NOTICE
X -- National Symposium on Shellfish and the Environment
- Notice Date
- 2/4/2008
- Notice Type
- Solicitation Notice
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-NFFKAA20-8-30220
- Response Due
- 2/25/2008
- Archive Date
- 3/11/2008
- Point of Contact
- Anne Lunsford, Contract Specialist , Phone 301-713-0820 143, - Linda Brainard, Contracting Officer, Phone 301-713-0820, Fax 301-713-0806
- E-Mail Address
-
anne.lunsford@noaa.gov, Linda.D.Brainard@noaa.gov
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. Solicitation Number NFFKAA20-8-30220 is being issued as a Request for Quotations. This acquisition is being solicited using Simplified Acquisitions Procedures. The National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Services (NMFS), Aquaculture Program will host a National Symposium on Shellfish and the Environment (NSSE). The Aquaculture Program requires the services of a facility to provide an inclusive meeting package (sleeping room, meeting room, audio-visual equipment, and meal service including lunch and AM/PM breaks with optional pricing for breakfast and dinner) that will accommodate approximately one-hundred and fifty (150) attendees to the NSSE. The facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336)(42U.S.C. 12010 et. Seq) and the Hotel and Motel Fire Safety Act of 1990 (Public Law 101-391)(15U.S.C. 2201 et. Seq.) and listed on the U.S. Fire Administration Hotel and Motel National Master List found at http:www.usfa.dhs.gov/applications/hotel. The facility must meet the following requirements: 1.) Location of the facility must be in close proximity to Providence Warwick T.F. Green Airport located 2000 Post Road, Warwick, RI 02886; 2.) Providing sleeping rooms for meeting attendees as follows: June 8, 2008, forty (40) sleeping rooms; June 9, 2009, Sixty (60) sleeping rooms; June 10, 2008, five (5) sleeping rooms; 3.) Audio-visual equipment (speaker podium, one speaker microphone, and two cordless microphones linked to an in-room public address system) for June 9, 10, 2008. The resulting purchase order shall be a negotiated on a firm fixed price. The award shall be made on the best value basis. Best value evaluation factors include the following: Best value evaluation factors include the following: 1) Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) - Conspicuously striking in eminence; Excellent (E) - Very good of its kind; eminently good, superior or first class; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit; and Unsatisfactory (U) - Not acceptable, not adequate to carry out. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-23. The provisions and clauses may be downloaded at http://acqnet.gov.far. The following provisions and clauses shall apply to this solicitation: FAR52.212-1, Instruction to Offerors, Commercial, FAR 52.212-2, Evaluation, Commercial Items. The Government shall award a purchase order resulting from this solicitation to the responsible quoter whose quote conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following evaluation factors while relatively equal are listed in order of importance: (i) approach, (ii) past performance, (III) price; FAR 52.212-3, Offeror Representations and Certifications, Commercial Items, FAR 52.212-4, Contract Terms and Conditions, Commercial Items, FAR52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov. All responsible sources that can meet the requirements and provide services listed above may respond to this combined synopsis/solicitation with a quote addressed to Anne Lunsford, NOAA Acquisition Division, 1305 East West Highway, Room 7604, Silver Spring, MD 20910, to be received no later than February 25, 2008. Responses may be faxed to (301) 713-0808 or e-mailed to Anne.Lunsford@noaa.gov. The Government reserves the right to make a single award, multiple awards or no awards as a result of the RFQ.
- Record
- SN01499357-W 20080206/080204223546 (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 |