Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 11, 2008 FBO #2511
SOLICITATION NOTICE

X -- ITA LEADERSHIP CONFERENCE SERVICES

Notice Date
10/9/2008
 
Notice Type
Modification/Amendment
 
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, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
DG1350-09-RQ0001(GJB)
 
Response Due
10/14/2008 1:00:00 PM
 
Archive Date
10/29/2008
 
Point of Contact
Georgia J. Barrett,, Phone: 301-713-0838, 133, Marilyn L. Whaley,, Phone: 301-713-3478
 
E-Mail Address
jean.barrett@noaa.gov, Marilyn.Whaley@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and the procedures in FAR 12 and 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; written quotations are being requested, and a written solicitation will not be issued. Solicitation number DG1350-09-RQ-0001(GJB) for conference services in support of the Department of Commerce (DOC), International Trade Administration's (ITAs) Leadership Conference is issued as a request for quotation under FAR 13, Simplified Acquisition Procedures. This solicitation document incorporates the Statement of Work for Conference Services, provisions, and clauses. The provisions and clauses are those in effect through Federal Acquisition Circular 2005-27 dated 9/29/08. NAICS number is 721110 with a business Size Standard is $6.5 Million. The Government intends to award a Firm-Fixed Price Purchase Order for these conference services. DESCRIPTION OF THE ACQUISITION: Conference Services for the November 19, 2008 DOC, ITA Leadership Conference in accordance with the Statement of Work transmitted in this notice. The provision at 52.212-1 Instructions to Offerors-Commercial, applies to this acquisition without any addenda. The provision at 52.212-2 Evaluation-Commercial Items, applies to this acquisition. Paragraph (a) of that provision includes the following evaluation: technically acceptability of the quote to include the quoter's ability to provide the required services, to meet the required conference date, and to be located within walking distance of the DOC, ITA and metro accessibility, relevant past performance and organizational experience in providing conference services to include quality of services and products, effectiveness of cost management/control, timeliness of performance, customer satisfaction, and ability to improve performance through proactive management, and price and price realism. Each quoter shall provide a minimum of three relevant and recent (within the past two years) past performance references for conference services as outlined in the SOW. Past performance references shall include: a. Name of the point of contact; b.Telephone number; c. Email address; d. Type of order; and, e. Dollar value. All evaluation factors other than price are significantly more important than price. If all factors other than price are equal, the significance of price becomes more relevant. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be the most advantageous to the Government price and other factors considered. Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items, with their quote. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition in addition to the following FAR clauses cited in the clause:52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35, 52.222-36; 52.222-37, 52.222.50; 52.225-1, 52.225-3; 52.225-13; 52.226-5; 52.232-33; 52.232-18, 52.239-1. FAR 52.232-18, Availability of Funds applies to this acquisition. This is subject to availability of FY 09. The Defense Priorities and Allocations System (DPAS) and assigned rating not apply to this acquisition. All responsible sources that can meet the requirements set forth in this notice may respond to this request for quotation. Written responses to this notice are due no later than 10:00 a.m. EST on October 09, 2008 to the individual and address identified in this notice. E-mailed responses are authorized, but it is up to the vendor to make certain that the email was received. The response must submitted in writing to G. Jean Barrett at Jean.Barrett@noaa.gov. The Government reserves the right to make one award or no awards as a result of this solicitation. CONFERENCE SERVICES Statement of Work I. BACKGROUND The International Trade Administration (ITA) will conduct a Leadership Conference November 19, 2008 for managers, team leaders, and supervisors in support of the accomplishing its mission to create prosperity by strengthening the competitiveness of U.S. industry, promoting trade and investment, and ensuring fair trade and compliance with trade laws and agreements. The International Trade Administration, a bureau of the Department of Commerce, is headquartered in Washington, DC. ITA's bureaus and offices include: 1. Manufacturing and Services 2. Market Access and Compliance 3. U.S. Commercial Service 4. Import Administration 5. Office of the Chief Financial Officer/ Director of Administration 6. Office of the Chief Information Officer II. SCOPE The scope of this Statement of Work (SOW) is to provide conference services as outlined in this SOW, which include conference management, event planning, logistics, and communications to include audio visual technical support for a Leadership Conference for ITA managers, team leaders, and supervisors. III. DESCRIPTION OF REQUIREMENTS 1. The ITA sponsored Leadership Conference is targeted to 250 managers, team leaders and supervisors and shall be held at a handicapped accessible conference facility, located within walking distance (defined as.05 miles) of the Herbert C. Hoover Building in Washington DC, 20230. The conference will take place from 8:30 AM to 5:00 PM on November 19, 2008. 2. The Conference facility shall provide the following services: a. Facilitate the arrangement for securing. i. Signage to direct conference participants. ii. A conference room (banquet style round tables of 10, 1 raised dais, table and chairs for panel discussion participants, audio visual: 1 podium, 1 wireless lavaliere microphone, 3 standing floor microphones, 1 8-channel mixer, 2 9X12 LCD screens- positioned so that screens are visible from the middle and back of room, 2 LCD projectors, 1 laptop, backup projectors (2) and laptop (1) in case of equipment failure. iii. Luncheon room (banquet style round tables of 10, audio visual: 1 raised dais, 1 podium, 1 wireless lavaliere microphone, 1 8-channel mixer iv. Designated registration area (table, two chairs, table cloth, table skirt, trouble-shooting, space for tabletop displays near registration area); v. A storage area for conference materials available one day prior to the conference (November 18, 2008). c. Meals and beverages are to be provided for 300 participants- Continental breakfast, PM Break, Lunch including accommodations for special dietary requests (e.g., kosher, vegetarian, diabetic, etc.). While meals and beverages are to be provided by the Contractor for this event, they are considered to be incidental to the overall purpose of this leadership conference. d. Facilitate conference logistical support. e. Other conference support that may be required to facilitate, plan, and manage scheduled conferences. f. Provide audio visual technical support available to set up, trouble shoot and monitor room A/V equipment and usage in conference and luncheon rooms. 3. The Conference facility shall provide dedicated resources, with backup capability, to manage the logistics surrounding conference events. Because the lead time for this event is short, the Conference facility must be flexible and quick to respond to the ITA's requirements. 4. The Conference facility shall have available resources or working capital to provide the services required. 5. Inspection and Acceptance Criteria - Final inspection and acceptance of all work performed and other deliverables will be performed at the place of delivery by the COTR. General quality measures, as set forth below, will be applied to each work product received from the Conference facility under this statement of work. Accuracy Work Products shall be accurate in presentation, technical content, and adherence to accepted elements of style. Clarity Work Products shall be unambiguous and relevant. Any/All diagrams shall be easy to understand and be relevant to the supporting narrative. Consistency to Requirements. All work products must satisfy the requirements of this statement of work. Timeliness Work Products shall be submitted on or before the due date specified in this statement of work or submitted in accordance with a later scheduled date determined by the Government. 6. Place of Performance - The contractor shall perform the services outlined in this SOW. The anticipated places of performance shall be primarily at the Conference facility site(s). 7. Period of Performance - The period of performance is from date of award through one (1) day after the conference. 8. 1352.201-70 Contracting Officer's Authority (March 2000). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the Contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. 9. Technical Point of Contact: a. ___To be determined________ is hereby designated as the Technical Point of Contact (POC). The technical POC may be changed at any time by the Government without prior notice to the Contractor by a unilateral modification to the order. The technical POC is located at: DOC, ITA. b. The responsibilities and limitations of the technical POCare as follows: (1) responsible for the technical aspects of the project and serves as technical liaison with the Contractor and (2) responsible for the final inspection and acceptance, and such other responsibilities as may be specified in the contract. (c) The technical POC is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the order price, terms or conditions. Any Contractor request for changes shall be referred to the Contracting Officer directly. No such changes shall be made without the expressed prior authorization of the Contracting Officer (CO.) The CO may designate assistant or alternate technical POCs to act for the COTR by naming such assistant/alternate(s) in writing and transmitting a copy of such designation to the Contractor.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0a732b30dd536e1da21816a4917bee80&tab=core&_cview=1)
 
Place of Performance
Address: WASHINGTON, District of Columbia, United States
 
Record
SN01690393-W 20081011/081009214457-0a732b30dd536e1da21816a4917bee80 (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.