Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2008 FBO #2407
SOLICITATION NOTICE

X -- Facilities, Meals, and Lodging for the US Dept of Commerce Financial Management Conference - September 2008

Notice Date
6/27/2008
 
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 B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
NISTCFO2008
 
Archive Date
7/26/2008
 
Point of Contact
Jo-Lynn M Davis,, Phone: 301-975-6337, Joseph L. Widdup,, Phone: (301) 975-6324
 
E-Mail Address
jo-lynn.davis@nist.gov, joseph.widdup@nist.gov
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-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. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR), Federal Acquisition Circular 2001-26*** The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 with a small business size standard of $6.5 million. This acquisition is unrestricted and all interested offerors may submit a quote.*** The U.S. Department of Commerce (DOC), National Institute of Standards and Technology (NIST), on behalf of DOC, have a requirement for meeting space, sleeping rooms, provision of food and beverages, and technical audio/visual support for a one and a half days and one night for the DOC Financial Management Leadership Strategic Planning Session, which is scheduled to be held the week of September 8, 2008. To be eligible for award for this procurement, the Offeror (property) must be located not less than 50 miles and not more than 2 hours travel time via private vehicle from Washington, DC 20230. Related requirements and anticipated Contract Line Items (CLINs) for this RFQ are as follows: The DoC will convene the department’s Chief Financial Officers along with a variety of academia and research speakers for a discussion on what strategies the Department can use to improve financial management. The training conference will consist of two partial days and one night, at a facility not more than 2 hours travel time via private vehicle from Washington, DC 20230. The event will consist of a day (mid-morning to evening), one overnight, and another partial day (morning to early afternoon) the following day. The conference date (period of performance) is anticipated to be September 9-10, 2008; although the dates are flexible to September 10-11, 2008.*** Conference Specifics The Contractor shall provide the conference space that meets or exceeds the following minimum requirements: a.Meeting rooms to accommodate up to 30 people (to be available on the dates/times listed above); seating arrangements must be able to be scaled up or down depending on the number of attendees. b.The following equipment: At least 30 chairs and round tables to accommodate 30 chairs. The following audiovisual capabilities: Fast fold screen to accommodate room size; Projection stand 17”x25”; All cabling, power cords, etc.; 1 podium and microphone package; and Internet connection. c.Meals - breakfast, lunch and dinner set up must be in a separate room from the main conference room. d.Amenities located on-site that will promote teambuilding activities. GENERAL REQUIREMENTS - The maximum amount per person that the Contractor may charge (for meals per person plus coffee breaks) is the maximum meals and incidental expenses (M&IE) rate including taxes and service charges, for the corresponding region where the facility is located. The overnight lodging may not exceed the domestic per diem rates for lodging in accordance with the U.S. General Services Administration. See http://www.gsa.gov, pier diem rates, to verify the corresponding region where the facility is located. *** CLIN 0001 - DAY 1 MEETING. The Contractor shall provide a nourishing lunch (buffet style) and dinner (buffet style) to all attendees at the conference. The Contractor shall provide at no charge a hospitality suite for one night. CLIN 0002 – LODGING. The contractor shall provide lodging service for up to 30 people, as follows: Arrival on the first day with rooms used that evening; with check out the afternoon of the second day. This is one night of lodging. All rooms are to be single occupancy. The maximum rate per room that the Contractor may charge is the maximum per diem per night, including occupancy taxes, excluding state/local taxes. CLIN 0003 - DAY 2 - MEETING The contractor shall provide a Hot Buffet Breakfast, a mid-morning coffee and snack service for up to 30 people. Pricing and information should be provided with both a Hot Buffet Lunch and Boxed Lunch options for 30 people. (A determination will be made on which option will be used for the award.)*** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items or complete a registration ORCA registration.***The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions—Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: (16) 52.222-3 Convict Labor; (17) 52.222-19 Child Labor – Cooperation with Authorities and Remedies; (18) 52.222-21, Prohibition of Segregated Facilities; (19) 52.222-26, Equal Opportunity; (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.SC. 4212); 18) 52.222-36, Affirmative Action for Workers with Disabilities; (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); (24) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and (33) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration.*** Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.*** Evaluation Evaluation will be based on the information provided in the quotation. Each Offeror’s quote will be evaluated according to the factors shown below. A. Technically Capability Offeror’s shall include product literature/brochures/information cut sheets/menus/facility maps, etc. which address all specifications and clearly documents that the facility meets or exceeds the specifications identified herein. The quotation addresses the required dates of week of September 8, 2008, and the property is in a convenient location that is not more than about 2 hours driving time from Washington, DC 20230. Include a statement if the property meets the Hotel and Motel Fire Safety Act of 1990 (Pub. L. No. 101-391, September 25, 1990 as amended by Pul. L. No. 105-85, November 18, 1997). B. Past Performance Performance by the offeror as it relates to all solicitation requirements, including quality of services and products, effectiveness of cost management/control, timeliness of performance, and customer satisfaction; and indication of ability to improve performance through proactive management. Each reference shall be no more than three years old with relevant experience in providing the services identified in the Statement of Work. The Contractor shall be required to provide the following information for a minimum of three past performance references: Company/organization name and address; Contact person (name/title); Telephone number; Email address; Type of event/number of days/any special accommodations; and Dollar value of the contract. The Government will evaluate past performance by contacting the references selected at random or a specific reference identified by the offeror. The Government may also consider other information available.**** Price 1. The price evaluation will determine whether the proposed prices are realistic, complete, and reasonable in relation to the solicitation requirements. Proposed price must be entirely compatible with the technical proposal. 2. Although price is the least important evaluation factor, it is relevant. The degree of importance of the proposed price will increase the degree of equality of the proposals in relation to the other factors on which selection is to be based. 3. The Government reserves the right to make an 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. Note: Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability evaluation factor.**** All offers should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Jo-Lynn Davis, Building 301, Room B152, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging.***Submission shall be received by 3:00 p.m. local time on July 11, 2008.***FAXED QUOTES WILL BE ACCEPTED at 301-975-8904 ATTN: JO-LYNN DAVIS, HOWEVER, THEY MUST BE COMPLETE AND INCLUDE ALL REQUIRED INFORMATION.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dbf501bee6e465b388ec4dd1eccbce07&tab=core&_cview=1)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN01602728-W 20080629/080627220022-dbf501bee6e465b388ec4dd1eccbce07 (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.