MODIFICATION
X -- PROGRAM MANAGEMENT SEMINARS
- Notice Date
- 2/16/2010
- Notice Type
- Modification/Amendment
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- National Science Foundation, Division of Acquisition and Cooperative Support, DACS, 4201 Wilson Boulevard, Room475, Arlington, Virginia, 22230
- ZIP Code
- 22230
- Solicitation Number
- DACS10Q2128
- Archive Date
- 3/9/2010
- Point of Contact
- Jannele Gosey, Phone: (703) 292-4445
- E-Mail Address
-
jgosey@nsf.gov
(jgosey@nsf.gov)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation is being issued as a Request for Quote (RFQ). Proposals are being requested and a written solicitation will not be issued. Provisions and clauses in effect through FAC 2005-37 are incorporated into this RFQ OBJECTIVE The National Science Foundation (NSF) intends to procure meeting space, sleeping rooms, food, and audio visual equipment of a high-quality facility for the Program Management Seminars to be held on March 2-5, 2010 and May 11-14,2010. The facility must be located outside of the Washington Metropolitan Area but within a two (2) hour driving distance from NSF. MEETING SPACE REQUIREMENT: The facility must provide one (1) large general session meeting room to accommodate 40 attendees on all meeting days. Meeting room requires 5-6 tables with 5-6 chairs per table, same meeting room each day, and after meeting hours access required. One hospitality room is needed for the first, second and third day of each seminar. Participants will provide food and drinks for the hospitality room. All applicable fees must be included. SLEEPING ROOMS REQUIREMENT: The facility must provide 40 single, private rooms with private baths for three nights each seminar (Tues, Wed, Thurs). All applicable fees must be included. AUDIO VISUAL REQUIREMENT: Large general session room requirements: one (1) overhead projection screen, microphone, eight (8) flip charts with pads required, and wireless connection required. All applicable fees must be included. FOOD REQUIREMENT: Meals: Vegetarian options are required and meal times must be flexible to allow maximum flexibility for participants. Breakfast needed for Wednesday, Thursday and Friday of each seminar. Lunch needed for Tuesday, Wednesday and Thursday of each seminar. Dinner needed for Tuesday, Wednesday and Thursday of each seminar. On the Friday of each seminar participants will need a box lunch to go, departure time will be 11:45am. Morning and afternoon breaks for participants need to be continuous from 8:30a-5:00p and include light refreshments. All applicable fees must be included. NOTE: Pursuant to the National Science Foundation Authorization Act of 1988, NSF may use appropriated funding for special activities which includes meals and beverages. SUBMISSION OF PROPOSAL: Proposals are due no later than 12:00pm, local Washington, D.C. time, February 22, 2010. Proposals are to be e-mailed to Jannele Gosey at jgosey@nsf.gov. No faxes will be accepted. If you have questions regarding this requirement, please submit your inquiries, via email, to Ms. Gosey, no later than 3:00pm Washington, D.C. local time, February 19, 2010. INSTRUCTIONS TO OFFERORS: The quote shall clearly and fully demonstration the offeror’s capability, knowledge, and experience in regard to the technical requirements described herein. Stating that you understand and will comply or paraphrasing our requirements is not adequate. 1. Technical Instructions a.Ability to meet the government’s requirements. The quoter shall provide a draft contract including details regarding proposed sleeping rooms, meeting rooms, audio visual equipment and food. Quoter shall also include details regarding the facility. 2. Past Performance Instructions Furnish the following information for three (3) contracts or subcontracts awarded in the past three (3) years that are similar in size and scope to the tasks described in the Statement of Work. a. Customer's name, address, and current telephone number of both the lead contractual and technical personnel b. Brief description of contract work and comparability to the proposed effort. It is not sufficient to state that it is comparable in magnitude and scope. Rationale must be provided to demonstrate that it is comparable. c. Discuss major problems and highlight successes. d. Discuss compliance to cost/price estimate and other terms of the award. e. Identify the average number of personnel on the contract per year or percentage of turnover per year. `If you propose to use subcontractors (or teaming arrangements) to occupy a major role, provide the above information on each of the subcontractors (or team members). 3.Price Instructions The quoter shall provide a cost breakdown which includes the pricing for all of the requirements listed above. This order is to be priced on a firm-fixed basis. EVALUATION FACTORS FOR AWARD: EVALUATION-COMMERCIAL ITEMS - 52.212-2 The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: In order of descending importance, the three factors are: Technical (ability to meet the government’s requirements), Past Performance, and Price. When combined, the Technical and Past Performance Factors are significantly more important than the Price Factor. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 1. Technical Factor – Ability to meet the government’s requirements. i.NSF will consider how well the offerings of the Quoter meet our needs. Offerings include: sleeping rooms, meeting space, audiovisual equipment, and food as stated above. Contractor also must be located outside of the Washington Metropolitan Area but within a two (2) hour driving distance from NSF. 2. Past Performance Factor Past Performance will be evaluated for relevance to NSF’s requirement, the quality of the performance, how recent the experience was, and the amount of responsibility the quoter had in performance. 3. Price Factor The total will be evaluated for reasonableness and realism. CLAUSES The following Federal Acquisition Regulation (FAR) provisions and clauses in effect through FAC 2005-37 are applicable to this procurement: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS;, 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR Clause 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS, The Contractor shall comply with following clauses, as indicated within the respective sections of paragraph b of this provision: (14) 52.222-3, CONVICT LABOR; (16) 52.222-19, CHILD LABOR; (17) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES; (18) 52.222-35, EQUAL OPPORTUNITY; (19) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; (20) 52.222-39, EMPLOYMENT REPORTS ON SPECIAL VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS, and; (31) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER____CENTRAL CONTRACTOR REGISTRATION;. 52.217-9, SECURITY REQUIREMENTS; 52.219-11
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NSF/DACS/DACS/DACS10Q2128/listing.html)
- Place of Performance
- Address: National Science Foundation, 4201 Wilson Blvd, Arlington, Virginia, 22230, United States
- Zip Code: 22230
- Zip Code: 22230
- Record
- SN02066363-W 20100218/100216234858-3cd15eb55bfacc513dac2fd90f412c64 (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 |