Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2012 FBO #3752
MODIFICATION

R -- Meeting and Lodging Facility

Notice Date
3/1/2012
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(HL)-2012-074-DDC
 
Archive Date
3/27/2012
 
Point of Contact
Deborah - Coulter, Phone: (301) 435-0368
 
E-Mail Address
dc143b@nih.gov
(dc143b@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
i. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued." ii. The solicitation number is NHLBI-CSB-(HL)-2012-074-DDC and the solicitation is issued as a request for quotation (RFQ). iii. The resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-055. The total contracted dollar amount, including options will not exceed the simplified acquisition threshold. iv. The North American Industry Classification (NAICS) Code is 721110 and the business size standard is $7.0M. The market research conducted by the Government in FedBizOpps has determined that there are not two or more small businesses with the capabilities to satisfy this requirement. Therefore, There are no socio-economic set-aside restrictions for this requirement. This acquisition is being conducted in accordance with the procedures of FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. v. The National Heart, Lung and Blood Institute (NHLBI) Office of Acquisitions (OA) has a requirement for Office of Education, The Division of Intramural Research (DIR) for services of a Hotel facility to accommodate 210 attendees for a meeting to be held March 28, 2012 through March 30, 2012. vi. The statement of work is as follows: BACKGROUND INFORMATION: The basic objective of this retreat is to provide an intensive training experience for NHLBI fellows in research presentation skills and networking. This training will be accomplished in three different formats. The first is through oral presentations. Selected fellows will present their research to those in attendance, and receive feedback on their research as well as their oral presentation skills. Other fellows will present their research in poster format, which are the major format at most scientific meetings. They will learn to present their research, one-on-one, to those that will visit the poster and the poster judges. Finally several presentations from invited speakers who are leaders in their field will provide valuable information as well as the opportunity to network with our fellows. Other activities at the retreat are designed for increasing networking and team building amongst the NHLBI fellows in attendance. PURPOSE AND OBJECTIVES OF THE PROCUREMENT: The Office of Education, Division of Intramural Research, will hold its 10th annual retreat for the NHLBI Post-Doctoral Fellows on March 28-30, 2012. The retreat will provide the post-doctoral fellows with training in research presentation skills and provide career development opportunities. The purpose of this procurement is for a facility to host the NIH scientific retreat located away from the National Institutes of Health (NIH) that can provide sleeping rooms for 210 NHLBI Fellows, a room for plenary session, one break-out room to accommodate 40 people for discussions, one room that can accommodate 150 people in rounds, and one room for 40 poster boards for abstract presentations. CONTRACTOR REQUIREMENTS: The Contractor shall provide sleeping rooms 210 NHLBI Fellows, a room for (plenary) sessions, one break-out room to accommodate 40 each for discussions, one room for a break that can accommodate 150 people in rounds, and one room for 40 poster boards for abstract presentations. To ensure a high attendance rate, the Contractor must be located 50 - 150 miles from the NIH Campus. GOVERNMENT RESPONSIBILITIES: The NHLBI will be responsible for providing the appropriate funding to the contractor. The NHLBI will pay for sleeping rooms, meeting space and audiovisual requirements via a government purchase order. Official Program Dates: Wednesday, March 28 - Friday, March 30, 2012 Room Block Needed: Total # of sleeping rooms requested: 210 Wednesday 03/28/12 Thursday 03/29/12 Single Occupancy 10 10 Double Occupancy 100 100 Meeting Room Requirements: 1 plenary session for 210 people in Classroom/Theater style 1 room for Exhibits that can fit 40 poster boards 1 Break room for 150 people in Rounds 1 Breakout room for 40 people in Theater Date Start Time End Time Description Setup 3/28/2012 4:00 PM 6:00 PM Exhibits Flow 3/28/2012 6:00 PM 8:00 PM Break Room Rounds 3/28/2012 8:00 PM 10:00 PM Plenary Session Classroom/Theater 3/29/2012 8:00 AM 9:00 AM Break Room Rounds 3/29/2012 9:00 AM 10:00PM Plenary Session Classroom/Theater 3/29/2012 4:00 PM 6:00 PM Exhibits Flow 3/29/2012 4:00 PM 6:00 PM Breakout Session #1 Theater 3/29/2012 6:00 PM 8:00 PM Break Room Rounds 3/30/2012 8:00 AM 9:00 AM Break Room Rounds 3/30/2012 9:00 AM 12:00 PM Plenary Session Classroom/Theater Meeting Requirements: Final requirements will be provided upon contract award. Audio Visual Requirements: The meeting room setup will need a projector and screen, podium, speaker microphone, flip chart and other necessary materials. Final list will be provided closer to the time of the meeting. Conference Package: The Conference Package includes the meeting room setup, audio visual requirements for 210 attendees. vii. The delivery date is March 28, 2012, at the Contractor's facility. The FOB Point is destination. viii. FAR clause 52.212-1, Instructions to Offerors - Commercial Items, is applicable to this requirement and is incorporated by reference. ix. FAR Clause 52.212-2, Evaluation - Commercial Items, is applicable to this requirement. 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: 1. Contract shall meet all of the requirements outlined in the Statement of Work; 2. Space shall be available in one location for the conference period of March 28th 2012- March 30th 2012; 3. Past Performance: Experience of the organization as it pertains to the described requirement and past performance reports from previous contracts. Experience in similar projects describe in the Statement of Work. x. FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is applicable to this requirement, and is incorporated by reference. xi. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, is applicable to this requirement, and is incorporated by reference. xii. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items is applicable to this requirement, and the following clauses are incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate 1 (OCT 1995); FAR 52-219-4, Notice of Price Evaluation Preference for HUBZONE SMALL Business Concerns (JUL 2005); FAR 52.219-8, Utilization of Small Business Concerns (MAY 2004); FAR 52.219-9, Small Business Subcontracting Plan (APR 2008); FAR 52.219-16, Liquidated Damages - Subcontracting Plan (JAN 1999); FAR 52.219-28 Post Award Small Business Program Representation (APR 2009); Far 52.222-19, Child Labor - Cooperation with Authorities and Remedies (AUG 2009); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006); FAR 52.22-36, Affirmative Action for Worker with Disabilities (JUN (1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veteran of the Vietnam Era, and Other Eligible Veterans (SEP 2006); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2010); FAR 52.225-1, Buy American ACT - Supplies (FEB 2009); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT2003); and FAR 52.204-7, Central Contractor Registration (APR2008). xiii. The Office of Management and Budget memorandum M-11-35, entitled, "Eliminating Conference Spending and Promoting Efficiency in Government," dated September 21, 2011; the Department of Health and Human Services (DHHS) memorandum entitled: "HHS Policy on Promoting Efficient Spending: Use of Appropriated Funds for Conferences and Meetings, Food, Promotional Items, and Printing, and Publications", dated January 3, 2012; and the NIH memorandum, entitled, "NIH Guidance Related to the HHS Policies on Promoting Efficient Spending: Use of Appropriated Funds for Conferences, Conference Grants and Meetings, Food, Promotional Items, and Printing and Publications", dated January 30, 2012, are applicable to this requirement. The directives specifically prohibit the use of contract funds for the provision of food for meals, light refreshments and beverages for any NIH funded meeting or conference; and limit the procurement of meeting space, promotional items, printing and publications with prior approval. The Contractor shall not use contract funds to conduct meetings or conferences without prior written Contracting Officer approval. xiv. There are no Defense Priorities and Allocations System (DPAS) assigned rating is applicable to this requirement. xv. Responses to this request for quotation are due on March 9, 2012 by 8:30 a.m. local time. The award will be made based on the lowest priced technically acceptable quote meeting the Government's requirements. The Government intends to evaluate quotes and award a contract without discussions with the Offerors. Therefore, the initial quote should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary. The Government may reject any or all quotes, waive informalities and minor irregularities in quotes received. The Offeror's quote must include an itemized price lists of charges, complete description of services, complete address for invoice payment and purchase order delivery, prompt payment discount terms, the Dun & Bradstreet Number (DUNS), the taxpayer Identification Number (TIN) and certification of business size of the company. The offeror must also register in the Government's Contractor Registry System. Note: www.ccr.gov. The responses must reference "Solicitation number" NHLBI-CSB-(HL)-2012-074-DDC. All responsible sources may submit a quote which if timely received shall be considered by the agency. Quotes must be submitted in writing to the COAC Services Branch, Office of Acquisitions, DERA, National, Heart, Lung and Blood Institute (NHLBI), 6701 Rockledge Drive, Suite 6042, Bethesda, MD 20892-7902, quotations will only be accepted if dated and signed by an authorized company representative. xvi. For additional information contact Deborah Coulter by email at address coulterd@nhlbi.nih.gov or by telephone at 301-435-0368. The place of contract performance is the Contractor's site. There are no set-aside restrictions for this requirement. i. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued." ii. The solicitation number is NHLBI-CSB-(HL)-2012-074-DDC and the solicitation is issued as a request for quotation (RFQ). iii. The resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-055. The total contracted dollar amount, including options will not exceed the simplified acquisition threshold. iv. The North American Industry Classification (NAICS) Code is 721110 and the business size standard is $7.0M. The market research conducted by the Government in FedBizOpps has determined that there are not two or more small businesses with the capabilities to satisfy this requirement. Therefore, There are no socio-economic set-aside restrictions for this requirement. This acquisition is being conducted in accordance with the procedures of FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. v. The National Heart, Lung and Blood Institute (NHLBI) Office of Acquisitions (OA) has a requirement for Office of Education, The Division of Intramural Research (DIR) for services of a Hotel facility to accommodate 210 attendees for a meeting to be held March 28, 2012 through March 30, 2012. vi. The statement of work is as follows: BACKGROUND INFORMATION: The basic objective of this retreat is to provide an intensive training experience for NHLBI fellows in research presentation skills and networking. This training will be accomplished in three different formats. The first is through oral presentations. Selected fellows will present their research to those in attendance, and receive feedback on their research as well as their oral presentation skills. Other fellows will present their research in poster format, which are the major format at most scientific meetings. They will learn to present their research, one-on-one, to those that will visit the poster and the poster judges. Finally several presentations from invited speakers who are leaders in their field will provide valuable information as well as the opportunity to network with our fellows. Other activities at the retreat are designed for increasing networking and team building amongst the NHLBI fellows in attendance. PURPOSE AND OBJECTIVES OF THE PROCUREMENT: The Office of Education, Division of Intramural Research, will hold its 10th annual retreat for the NHLBI Post-Doctoral Fellows on March 28-30, 2012. The retreat will provide the post-doctoral fellows with training in research presentation skills and provide career development opportunities. The purpose of this procurement is for a facility to host the NIH scientific retreat located away from the National Institutes of Health (NIH) that can provide sleeping rooms for 210 NHLBI Fellows, a room for plenary session, one break-out room to accommodate 40 people for discussions, one room that can accommodate 150 people in rounds, and one room for 40 poster boards for abstract presentations. CONTRACTOR REQUIREMENTS: The Contractor shall provide sleeping rooms 210 NHLBI Fellows, a room for (plenary) sessions, one break-out room to accommodate 40 each for discussions, one room for a break that can accommodate 150 people in rounds, and one room for 40 poster boards for abstract presentations. To ensure a high attendance rate, the Contractor must be located 50 - 150 miles from the NIH Campus. GOVERNMENT RESPONSIBILITIES: The NHLBI will be responsible for providing the appropriate funding to the contractor. The NHLBI will pay for sleeping rooms, meeting space and audiovisual requirements via a government purchase order. Official Program Dates: Wednesday, March 28 - Friday, March 30, 2012 Room Block Needed: Total # of sleeping rooms requested: 210 Wednesday 03/28/12 Thursday 03/29/12 Single Occupancy 10 10 Double Occupancy 100 100 Meeting Room Requirements: 1 plenary session for 210 people in Classroom/Theater style 1 room for Exhibits that can fit 40 poster boards 1 Break room for 150 people in Rounds 1 Breakout room for 40 people in Theater Date Start Time End Time Description Setup 3/28/2012 4:00 PM 6:00 PM Exhibits Flow 3/28/2012 6:00 PM 8:00 PM Break Room Rounds 3/28/2012 8:00 PM 10:00 PM Plenary Session Classroom/Theater 3/29/2012 8:00 AM 9:00 AM Break Room Rounds 3/29/2012 9:00 AM 10:00PM Plenary Session Classroom/Theater 3/29/2012 4:00 PM 6:00 PM Exhibits Flow 3/29/2012 4:00 PM 6:00 PM Breakout Session #1 Theater 3/29/2012 6:00 PM 8:00 PM Break Room Rounds 3/30/2012 8:00 AM 9:00 AM Break Room Rounds 3/30/2012 9:00 AM 12:00 PM Plenary Session Classroom/Theater Meeting Requirements: Final requirements will be provided upon contract award. Audio Visual Requirements: The meeting room setup will need a projector and screen, podium, speaker microphone, flip chart and other necessary materials. Final list will be provided closer to the time of the meeting. Conference Package: The Conference Package includes the meeting room setup, audio visual requirements for 210 attendees. vii. The delivery date is March 28, 2012, at the Contractor's facility. The FOB Point is destination. viii. FAR clause 52.212-1, Instructions to Offerors - Commercial Items, is applicable to this requirement and is incorporated by reference. ix. FAR Clause 52.212-2, Evaluation - Commercial Items, is applicable to this requirement. 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: 1. Contract shall meet all of the requirements outlined in the Statement of Work; 2. Space shall be available in one location for the conference period of March 28th 2012- March 30th 2012; 3. Past Performance: Experience of the organization as it pertains to the described requirement and past performance reports from previous contracts. Experience in similar projects describe in the Statement of Work. x. FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is applicable to this requirement, and is incorporated by reference. xi. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, is applicable to this requirement, and is incorporated by reference. xii. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items is applicable to this requirement, and the following clauses are incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate 1 (OCT 1995); FAR 52-219-4, Notice of Price Evaluation Preference for HUBZONE SMALL Business Concerns (JUL 2005); FAR 52.219-8, Utilization of Small Business Concerns (MAY 2004); FAR 52.219-9, Small Business Subcontracting Plan (APR 2008); FAR 52.219-16, Liquidated Damages - Subcontracting Plan (JAN 1999); FAR 52.219-28 Post Award Small Business Program Representation (APR 2009); Far 52.222-19, Child Labor - Cooperation with Authorities and Remedies (AUG 2009); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006); FAR 52.22-36, Affirmative Action for Worker with Disabilities (JUN (1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veteran of the Vietnam Era, and Other Eligible Veterans (SEP 2006); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2010); FAR 52.225-1, Buy American ACT - Supplies (FEB 2009); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT2003); and FAR 52.204-7, Central Contractor Registration (APR2008). xiii. The Office of Management and Budget memorandum M-11-35, entitled, "Eliminating Conference Spending and Promoting Efficiency in Government," dated September 21, 2011; the Department of Health and Human Services (DHHS) memorandum entitled: "HHS Policy on Promoting Efficient Spending: Use of Appropriated Funds for Conferences and Meetings, Food, Promotional Items, and Printing, and Publications", dated January 3, 2012; and the NIH memorandum, entitled, "NIH Guidance Related to the HHS Policies on Promoting Efficient Spending: Use of Appropriated Funds for Conferences, Conference Grants and Meetings, Food, Promotional Items, and Printing and Publications", dated January 30, 2012, are applicable to this requirement. The directives specifically prohibit the use of contract funds for the provision of food for meals, light refreshments and beverages for any NIH funded meeting or conference; and limit the procurement of meeting space, promotional items, printing and publications with prior approval. The Contractor shall not use contract funds to conduct meetings or conferences without prior written Contracting Officer approval. xiv. There are no Defense Priorities and Allocations System (DPAS) assigned rating is applicable to this requirement. xv. Responses to this request for quotation are due on March 9, 2012 by 8:30 a.m. local time. The award will be made based on the lowest priced technically acceptable quote meeting the Government's requirements. The Government intends to evaluate quotes and award a contract without discussions with the Offerors. Therefore, the initial quote should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary. The Government may reject any or all quotes, waive informalities and minor irregularities in quotes received. The Offeror's quote must include an itemized price lists of charges, complete description of services, complete address for invoice payment and purchase order delivery, prompt payment discount terms, the Dun & Bradstreet Number (DUNS), the taxpayer Identification Number (TIN) and certification of business size of the company. The offeror must also register in the Government's Contractor Registry System. Note: www.ccr.gov. The responses must reference "Solicitation number" NHLBI-CSB-(HL)-2012-074-DDC. All responsible sources may submit a quote which if timely received shall be considered by the agency. Quotes must be submitted in writing to the COAC Services Branch, Office of Acquisitions, DERA, National, Heart, Lung and Blood Institute (NHLBI), 6701 Rockledge Drive, Suite 6042, Bethesda, MD 20892-7902, quotations will only be accepted if dated and signed by an authorized company representative. xvi. For additional information contact Deborah Coulter by email at address coulterd@nhlbi.nih.gov or by telephone at 301-435-0368. The place of contract performance is the Contractor's site. There are no set-aside restrictions for this requirement. i. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued." ii. The solicitation number is NHLBI-CSB-(HL)-2012-074-DDC and the solicitation is issued as a request for quotation (RFQ). iii. The resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-055. The total contracted dollar amount, including options will not exceed the simplified acquisition threshold. iv. The North American Industry Classification (NAICS) Code is 721110 and the business size standard is $7.0M. The market research conducted by the Government in FedBizOpps has determined that there are not two or more small businesses with the capabilities to satisfy this requirement. Therefore, There are no socio-economic set-aside restrictions for this requirement. This acquisition is being conducted in accordance with the procedures of FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. v. The National Heart, Lung and Blood Institute (NHLBI) Office of Acquisitions (OA) has a requirement for Office of Education, The Division of Intramural Research (DIR) for services of a Hotel facility to accommodate 210 attendees for a meeting to be held March 28, 2012 through March 30, 2012. vi. The statement of work is as follows: BACKGROUND INFORMATION: The basic objective of this retreat is to provide an intensive training experience for NHLBI fellows in research presentation skills and networking. This training will be accomplished in three different formats. The first is through oral presentations. Selected fellows will present their research to those in attendance, and receive feedback on their research as well as their oral presentation skills. Other fellows will present their research in poster format, which are the major format at most scientific meetings. They will learn to present their research, one-on-one, to those that will visit the poster and the poster judges. Finally several presentations from invited speakers who are leaders in their field will provide valuable information as well as the opportunity to network with our fellows. Other activities at the retreat are designed for increasing networking and team building amongst the NHLBI fellows in attendance. PURPOSE AND OBJECTIVES OF THE PROCUREMENT: The Office of Education, Division of Intramural Research, will hold its 10th annual retreat for the NHLBI Post-Doctoral Fellows on March 28-30, 2012. The retreat will provide the post-doctoral fellows with training in research presentation skills and provide career development opportunities. The purpose of this procurement is for a facility to host the NIH scientific retreat located away from the National Institutes of Health (NIH) that can provide sleeping rooms for 210 NHLBI Fellows, a room for plenary session, one break-out room to accommodate 40 people for discussions, one room that can accommodate 150 people in rounds, and one room for 40 poster boards for abstract presentations. CONTRACTOR REQUIREMENTS: The Contractor shall provide sleeping rooms 210 NHLBI Fellows, a room for (plenary) sessions, one break-out room to accommodate 40 each for discussions, one room for a break that can accommodate 150 people in rounds, and one room for 40 poster boards for abstract presentations. To ensure a high attendance rate, the Contractor must be located 50 - 150 miles from the NIH Campus. GOVERNMENT RESPONSIBILITIES: The NHLBI will be responsible for providing the appropriate funding to the contractor. The NHLBI will pay for sleeping rooms, meeting space and audiovisual requirements via a government purchase order. Official Program Dates: Wednesday, March 28 - Friday, March 30, 2012 Room Block Needed: Total # of sleeping rooms requested: 210 Wednesday 03/28/12 Thursday 03/29/12 Single Occupancy 10 10 Double Occupancy 100 100 Meeting Room Requirements: 1 plenary session for 210 people in Classroom/Theater style 1 room for Exhibits that can fit 40 poster boards 1 Break room for 150 people in Rounds 1 Breakout room for 40 people in Theater Date Start Time End Time Description Setup 3/28/2012 4:00 PM 6:00 PM Exhibits Flow 3/28/2012 6:00 PM 8:00 PM Break Room Rounds 3/28/2012 8:00 PM 10:00 PM Plenary Session Classroom/Theater 3/29/2012 8:00 AM 9:00 AM Break Room Rounds 3/29/2012 9:00 AM 10:00PM Plenary Session Classroom/Theater 3/29/2012 4:00 PM 6:00 PM Exhibits Flow 3/29/2012 4:00 PM 6:00 PM Breakout Session #1 Theater 3/29/2012 6:00 PM 8:00 PM Break Room Rounds 3/30/2012 8:00 AM 9:00 AM Break Room Rounds 3/30/2012 9:00 AM 12:00 PM Plenary Session Classroom/Theater Meeting Requirements: Final requirements will be provided upon contract award. Audio Visual Requirements: The meeting room setup will need a projector and screen, podium, speaker microphone, flip chart and other necessary materials. Final list will be provided closer to the time of the meeting. Conference Package: The Conference Package includes the meeting room setup, audio visual requirements for 210 attendees. vii. The delivery date is March 28, 2012, at the Contractor's facility. The FOB Point is destination. viii. FAR clause 52.212-1, Instructions to Offerors - Commercial Items, is applicable to this requirement and is incorporated by reference. ix. FAR Clause 52.212-2, Evaluation - Commercial Items, is applicable to this requirement. 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: 1. Contract shall meet all of the requirements outlined in the Statement of Work; 2. Space shall be available in one location for the conference period of March 28th 2012- March 30th 2012; 3. Past Performance: Experience of the organization as it pertains to the described requirement and past performance reports from previous contracts. Experience in similar projects describe in the Statement of Work. x. FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is applicable to this requirement, and is incorporated by reference. xi. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, is applicable to this requirement, and is incorporated by reference. xii. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items is applicable to this requirement, and the following clauses are incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate 1 (OCT 1995); FAR 52-219-4, Notice of Price Evaluation Preference for HUBZONE SMALL Business Concerns (JUL 2005); FAR 52.219-8, Utilization of Small Business Concerns (MAY 2004); FAR 52.219-9, Small Business Subcontracting Plan (APR 2008); FAR 52.219-16, Liquidated Damages - Subcontracting Plan (JAN 1999); FAR 52.219-28 Post Award Small Business Program Representation (APR 2009); Far 52.222-19, Child Labor - Cooperation with Authorities and Remedies (AUG 2009); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006); FAR 52.22-36, Affirmative Action for Worker with Disabilities (JUN (1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veteran of the Vietnam Era, and Other Eligible Veterans (SEP 2006); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2010); FAR 52.225-1, Buy American ACT - Supplies (FEB 2009); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT2003); and FAR 52.204-7, Central Contractor Registration (APR2008). xiii. The Office of Management and Budget memorandum M-11-35, entitled, "Eliminating Conference Spending and Promoting Efficiency in Government," dated September 21, 2011; the Department of Health and Human Services (DHHS) memorandum entitled: "HHS Policy on Promoting Efficient Spending: Use of Appropriated Funds for Conferences and Meetings, Food, Promotional Items, and Printing, and Publications", dated January 3, 2012; and the NIH memorandum, entitled, "NIH Guidance Related to the HHS Policies on Promoting Efficient Spending: Use of Appropriated Funds for Conferences, Conference Grants and Meetings, Food, Promotional Items, and Printing and Publications", dated January 30, 2012, are applicable to this requirement. The directives specifically prohibit the use of contract funds for the provision of food for meals, light refreshments and beverages for any NIH funded meeting or conference; and limit the procurement of meeting space, promotional items, printing and publications with prior approval. The Contractor shall not use contract funds to conduct meetings or conferences without prior written Contracting Officer approval. xiv. There are no Defense Priorities and Allocations System (DPAS) assigned rating is applicable to this requirement. xv. Responses to this request for quotation are due on March 9, 2012 by 8:30 a.m. local time. The award will be made based on the lowest priced technically acceptable quote meeting the Government's requirements. The Government intends to evaluate quotes and award a contract without discussions with the Offerors. Therefore, the initial quote should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary. The Government may reject any or all quotes, waive informalities and minor irregularities in quotes received. The Offeror's quote must include an itemized price lists of charges, complete description of services, complete address for invoice payment and purchase order delivery, prompt payment discount terms, the Dun & Bradstreet Number (DUNS), the taxpayer Identification Number (TIN) and certification of business size of the company. The offeror must also register in the Government's Contractor Registry System. Note: www.ccr.gov. The responses must reference "Solicitation number" NHLBI-CSB-(HL)-2012-074-DDC. All responsible sources may submit a quote which if timely received shall be considered by the agency. Quotes must be submitted in writing to the COAC Services Branch, Office of Acquisitions, DERA, National, Heart, Lung and Blood Institute (NHLBI), 6701 Rockledge Drive, Suite 6042, Bethesda, MD 20892-7902, quotations will only be accepted if dated and signed by an authorized company representative. xvi. For additional information contact Deborah Coulter by email at address coulterd@nhlbi.nih.gov or by telephone at 301-435-0368. The place of contract performance is the Contractor's site. There are no set-aside restrictions for this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(HL)-2012-074-DDC/listing.html)
 
Record
SN02687224-W 20120303/120301235505-bc1b856522585155f105f1412d9c7bc8 (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.