SOLICITATION NOTICE
X -- Interim Conference of the Regional Fishery Management Council's Council Coordination Committee (CCC) Meeting - Statement of Work
- Notice Date
- 8/15/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
- ZIP Code
- 20910
- Solicitation Number
- NFFKSF50-11-07141
- Archive Date
- 9/13/2011
- Point of Contact
- Gina E Lee, Phone: 301-713-0833 x208
- E-Mail Address
-
gina.e.lee@noaa.gov
(gina.e.lee@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work This is a combined synopsis/solicitation for a 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 NFFKSF50-11-07141 is being issued as a Request for Quotation. This acquisition is being solicited using Simplified Acquisition Procedures. The North American Industry Classification System Code (NAICS) is 721110 and business size is $30.0. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), the Regulatory Services Division (RSD) (F/SF5) within the Office of Sustainable Fisheries of the National Marine Fisheries Service, NOAA will host the January 2012 Interim Conference of the Regional Fishery Management Councils' Council Coordination Committee (CCC) Conference in the Washington, D.C. area. RSD has a need to acquire the services of a no cost (to the government) conference planner for direct services in support of this event. The contractor shall provide required facilities (meeting room with an adjacent room; Audio equipment, and sleeping rooms) at cost to the government and the contractor will provide light refreshments for the participants with all services to be paid for by the participants through a registration fee to be collected by the contractor who shall function as the No-Cost Conference Planner for the National Oceanic and Atmospheric Administration (NOAA). The Contractor shall provide the following at cost to the Government: Meeting Room with an adjacent room: The contractor shall provide a Meeting Room to support this event of approximately 3000 square feet and an adjacent preparation room of approximately 800 square feet on the following days: January 25, 2012 set up by 7:30AM, with a 24 hour hold; January 26, 2012 set up by 7:30 a.m. with a 24 hour hold. The setup for the rooms on Jan 25-26 shall include tables in a U shape configuration (no exceptions) capable of seating 40 persons with perimeter tables and seating and rectangular tables for another 15 persons, one row of 10 individual seats theater style. The meeting room shall be adjoined by a separate set up area of about 800 square feet for food and beverage, registration and handout material and include sufficient table space to accommodate the above described food and beverage. A registration table with two chairs and a table for hand-out materials are to be placed outside the entrance to these rooms. Audio equipment: Shall include 22 table top microphones, podium with a microphone, Lapel (lavaliere) microphone, Microphone system or mixer necessary to service all microphones in the room (4 channel), LCD projector on a stand, power cord and cable ready to connect to laptop computer, Screen for LCD projection, Flip Chart Easel with self sticking backing for posting on walls, Wireless internet in meeting room with ample power supply for 25 laptop computers on tables January 25 through 26, 2012. Sleeping Rooms: A block of approximately 35 rooms will be needed for the nights of January 24, 25, 26; and 20 rooms for the night of January 23, 2012. The room block must be reserved with the capability to accept individual reservations by September 30, 2011. These rooms are not to exceed the Federal Government per diem rate for the Washington, DC area. The Government has no liability to the Contractor for the above estimates or any of the cost of holding the block of rooms. Each participant will be responsible for the cost of their room. Contractor shall provide the following at no cost to the Government: Light Refreshments: The Contractor shall provide all food and beverage services required under this Contract at no cost to the Government. While the Government anticipates that there will be an estimated amount of 50 participants (about 35 overnight guests and 15 local participants, including Federal employees for the CCC). Area to accommodate Continental style breakfast and morning/afternoon breaks consisting of light refreshments for 50 persons on January 25-26, 2012. It is preferable to have the breakfast and break refreshments adjacent to meeting room if possible. A continental breakfast is described to include, but not limited to coffee, teas, juices, water, assorted fruits, danishes, muffins and bagels. Light refreshments are defined to include for the morning break a refresh of coffee, teas, and water, and an afternoon break to include cookies or brownies, coffee, water and soft drinks. NOAA will have no financial liability to the contractor for these services, and the contractor shall have no expectation of payment from the Government for these services. The Contractor is entitled to and shall retain all of the registration fees it collects in the performance of the purchaser order. The contractor shall collect any fees associated with its performance of the services described in this notice directly from Conference attendees. The contractor shall have the capabilities to receive electronic payments. The Government does not guarantee a minimum amount of fees or a minimum number of attendees. All fees to be charged to participants must be clearly defined and approved by NOAA prior to the award of this order. The contractor shall provide the Government with a detailed accounting of the collections and disbursements associated with the performance of this order. The contractor is liable for all costs incurred related to the performance of the facilities, equipment, and food and beverage portion of this contract. NOAA will not be liable to the Contractor or its contracting party as a result of any contracting and/or subcontracting agreement between the Contractor and any subcontractors. The Contractor agrees to hold the Government harmless from any and all claims, demands, actions, debts, liabilities, judgments, costs, and attorney's fees arising out of, claimed on account of, or in any manner predicated upon loss of, or damage to, property of or injuries to, or the death of, any or all persons whatsoever, in any manner, caused or contributed to by the Contractor, his agents, servants, or employees, while in, upon, or about a given conference location on which the work upon this Contract is to be done, or while going to or departing from the same, and to save the Government harmless from and on the account of damage of any kind which the Government may suffer as a result of any of the Contractor, his agents, servants, or employees in and about the said conference location. The resulting purchase order shall be awarded on a best value basis and negotiated on a firm fixed price basis. Period of Performance: January25, 2012 through January 25, 2012. The award will be made on a best value. The best value evaluation factors include the following: 1) Approach - Effectively meeting the requirements; 2) Past Performance - Includes relevant experience which describes at least two (2) relevant projects performed in the last two years and quality of performance; and 3) Price - The amount, realism and consistency of the evaluated price. Price will not be evaluated but will be considered.. The evaluation shall be based on use of the adjectival scheme as follows: Excellent (E) - Superior or first class; Good (G) - Acceptable, Beneficial and worthwhile; sound and valid; (P) - Fails to meet two or more requirements; Unsatisfactory (U) - Not acceptable, not adequate to carry out. Incomplete quotes will not be evaluated or considered. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-2, Evaluation - Commercial Items - The Government will 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. FAR 52.212-3, Offeror Representations and Certificates - Commercial Item, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment be Electronic Funds Transfer-Central Contractor Registration; FAR 52.239-1, Privacy or Security Safeguards; FAR 52.222-41, Service Contract Act; and FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.232-18 Availability of Funds. All responsible sources that can meet the requirements and provide the items as listed above may respond to this solicitation by submitting a proposal on setting forth an approval to perform the work, location, past performance and price addressed to Gina E. Lee@noaa.gov, to be received no later than August 29, 2011 at 11:00am local time. The Government reserves the right to make one award or no award at all as a result of this solicitation. Responses are to be emailed to Gina.E.Lee@noaa,gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NFFKSF50-11-07141/listing.html)
- Place of Performance
- Address: Silver Spring, Maryland, 20910, United States
- Zip Code: 20910
- Zip Code: 20910
- Record
- SN02534386-W 20110817/110815235038-3a00803e349777d014b3ccbde557cd49 (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 |