Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2011 FBO #3493
SOLICITATION NOTICE

X -- Correction - NOAA Summit VIII - NON SENSATIVE

Notice Date
6/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), AGO, External Clients, SSMC4 Room 7545, 1325 East West Highway, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
NAAA0600-11-02030
 
Archive Date
7/5/2011
 
Point of Contact
Terri L. Coley, Phone: 3017131705 103, Alisa Sydnor, Phone: 3017131705 x203
 
E-Mail Address
Terri.Coley@NOAA.GOV, Alisa.Sydnor@NOAA.GOV
(Terri.Coley@NOAA.GOV, Alisa.Sydnor@NOAA.GOV)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT -- SES SUMMITT VIII -- RAPID RESPONSES REQUIRED. RESPONSES REQUESTED AS SOON AS POSSIBLE. NOTE THE DUE DATE FOR RESPONSES. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Parts 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number NAAA0600-11-02030 is issued as a request for quotation. The North American Industry Classification Code (NAICS) is 721110 and the Small Business Size Standard is $6.5 million. The National Oceanic and Atmospheric Administration (NOAA), Office of the Deputy Under Secretary (DUS) will host the SES Summit VIII to be held in or around Annapolis, MD (within an approximate 25 mile radius) from September 13 - 15, 2011 (preferred dates). The Office of Deputy Under Secretary requires the services of a facility to provide an inclusive meeting package (sleeping rooms at Government Per Diem rate, meeting space, audio-visual equipment, miscellaneous support services, and on-site meal service including breakfast, lunch, dinner, AM and PM light refreshments) that will accommodate approximately One Hundred and Seventy (160) attendees to this Summit. The facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12010 et. seq.) and the Hotel and Motel Fire Safety Act of 1990 (Public Law 101-391) (15 U.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 within a 25 Mile Radius of downtown Annapolis, MD, with easy accessibility to public transportation for public attendees; 2) Provide Government per diem rates for a block of sleeping rooms for meeting attendees. A few sleeping rooms may need to be available a day preceding the Summit for advance staff members. Payment will be issued by each attendee utilizing a Government Travel Card. Meal Service which includes breakfast, lunch, AM and PM breaks and Dinner during the Summit; 4) Conference meeting room per the attached Statement of Work for September 13 -15, 2011; 5) Audio-visual equipment per the attached Statement of Work; 6) Miscellaneous support services per the attached Statement of Work. The resulting purchase order shall be a negotiated on a firm fixed price. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Approach - 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: Excellent (E) - Very good of its kind; eminently good, superior or first class; Good (G) - Beneficial and worthwhile; sound and valid; 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 2005-49. The provisions and clauses may be downloaded at http://arnet.gov.far. The following provisions and clauses shall apply to this solicitation. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation - Commercial Items. The Government shall award a purchase order 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: (i) approach, (ii) past performance, (iii) price; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications.   Interested contractors are invited to review the attached Statement of Work entitled "SES Summit VIII " and provide an electronic response to be received no later than 2:00 pm Local Time, June 20, 2011 (Amended) addressed to Terri L. Coley, Contracting Officer, National Oceanic and Atmospheric Administration, 1325 East West Highway, Suite 11122, Silver Spring, Maryland 20910, Terri.Coley@noaa.gov. ALL must submit a Complete, Fully Response Submittal. Incomplete responses will be returned. Offers of partial performance shall be rejected. An electronic version shall be submitted in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. All interested contractors must submit offers that contain the approach to meet the requirement needs, relevant past performance information and pricing in accordance with the Cost Breakdown in Attachment A. • Award shall be made to the responsible contractor that offers the best value to the Government. • The Government shall not be liable for any costs incurred in response to this request. • The Government reserves the right to request a Site Visit to all facility prior to award, and/or a Post Award Site Visit to the facility receiving the award. • The Government reserves the right to make one or no award under this solicitation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/1333/NAAA0600-11-02030/listing.html)
 
Place of Performance
Address: Within 25 Mile Radius of Annapolis, MD, Annapolis, Maryland, United States
 
Record
SN02474550-W 20110618/110616234523-64ebfdc5bf887fc9fc6ab60cc6ef8083 (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.