Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 09, 2013 FBO #4095
SOLICITATION NOTICE

X -- Assessment Exam Accommodation

Notice Date
2/7/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640, United States
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-13-RP-0040
 
Point of Contact
Jemal G. Williams,
 
E-Mail Address
jemal.williams@nist.gov
(jemal.williams@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Proposal (RFP) Number SB1341-13-RP-0040. The RFP incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-65, effective January 29, 2013. The request for proposal is issued on an unrestricted basis allowing both large and small business to submit proposals under NAICS Code 72110. The size standard under this NAICS Code is $30 Million. The due date for receipt of offeror's proposal is 2:00 p.m. Eastern Time, Thursday, February 21, 2013. Vendor proposal shall be sent by email to the attention of Jemal Williams at jemal.williams@nist.gov. Vendors not registered in the System for Award Management (SAM) database at the time the requirement is to be awarded will not be considered. Vendors may register with SAM by accessing www.sam.gov. Note: This is not a solicitation for third party or event planning services. Teaming/ subcontracting arrangements with hotels will be considered non-responsive. 1.0: Background The mission of the United States Department of Commerce (DOC), International Trade Administration (ITA) is to promote world trade and strengthen the international trade and investment position of the United States. The United States and Foreign Commercial Service (USFCS) is one of four programmatic units within the International Trade Administration. The "Commercial Service" promotes United States exports, particularly those of small-and medium-sized enterprises, and protects United States commercial interests abroad. USFCS is a corps of more than 1,800 American and foreign employees dedicated to helping American companies expand sales in overseas markets through an integrated network. We operate more than 100 Export Assistance Centers (EACs) throughout the United States and 150 offices in more than 75 countries. 1.1: Objective The USFCS has an immediate requirement to obtain a location to host and provide accommodations for the administration of the 2013 Commercial Service Assessment exam. The 2013 Commercial Service Assessment Exam will commence on April 15, 2013 and end on April 26, 2013. In the event of unforeseen circumstances in the planning of the 2013 Commercial Service Assessment Exam and the award of a contract, USFCS will require possible Contingency Dates of 3/31/13 through 4/13/13 or 4/28/13 through 5/11/13, two weeks prior to or two week after the anticipated dates of April 15, 2013 through April 26, 2013. It is essential for USFCS to have a dedicated 12-day block of time beginning on Monday. Projects under this statement of work will contribute to Commercial Service workforce development and productivity by providing a facility to assess candidates at the FP-04 Class level (GS-12 equivalent). The Commercial Service Assessment will target a worldwide population (i.e., Federal employees and candidates from the private sector). Successful candidates will be eligible to receive job offers as Foreign Service Officers with the Commercial Service. The Government has specific requirements for the facility we select. One major consideration is the location of the Assessment testing rooms. It is imperative that all testing rooms are located along the same hallway, on the same floor of the facility. These reasons include: Test Security - To ensure only those authorized have access to test materials Candidate Movement - To facilitate a seamless process for the candidates Staff Reduction - To reduce additional staff needed to monitor candidates 2.0: Scope The Government typically conducts the Assessment exam approximately every two years to maintain staffing levels within the Foreign Commercial Service. This exam is of vital importance to the mission of the Commercial Service. It is through this process that prospective new Foreign Service Officers are screened and selected. The success or failure of the Commercial Service Assessment as a screening and selection device affects the quality of the overall human capital of the Commercial Service well into the future. Traditionally, the Government has used hotels as they provided both lodging and testing rooms in one facility. Sleeping rooms are converted to testing rooms by removing the furniture and adding a table and chairs in order to provide the appropriate size and privacy for those taking and administering the examination. 3.0: Specific Requirements The Offeror shall provide rooms in one facility to minimize transportation difficulties. The Offeror shall provide services in the following areas: Only facilities that can provide lodging for all attendees in one location, in close proximity to workshop/meeting rooms, will be considered. 3.1 The Government requires a block of Twenty-two (22) Lodging rooms (single/double occupancy) for assessors, the assessment facilitator and staff for fourteen consecutive days (04/14/2013 to 04/27/2013). Lodging rates shall be at or below the Government per diem rate. Rooms and incidentals will be paid for by individual attendees. DOC/NIST/ITA will not guarantee or fund any sleeping rooms via purchase order. All reservations will be self-made and attendees must adhere to the hotel's stated cut-off date for registration. This purchase order will not purchase any sleeping rooms, nor is a minimum number of sleeping rooms guaranteed. DOC/NIST/ITA requests a conference code be provided following award to help with registration/workshop attendee tracking. 3.2: Hotel must be within walking distance to a Metro station to facilitate ease of movement between the facility, Department of Commerce headquarters and area airports and to assist candidates who participate in the assessment exam. In the absence of close Metro proximity, The Government will consider proposals from facilities with dedicated shuttle service to and from the airport. Amenities, such as restaurants, cleaners, shopping centers, etc., must be a short distance from the facility for assessors who will work 10-12 hour days for two weeks. Alternately, a dedicated and reliable hotel shuttle to and from such amenities must be provided. Geographic Consideration: The facility must be located within five (5) miles of either the Ronald Reagan Washington International Airport and/or the Washington Dulles International Airport OR within ½ mile of a Washington DC area metro station. Free airport shuttle shall be provided. The Offeror's facility must be Federal Emergency Management Agency approved and listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.fema.gov/hotel/search.cfm. The Offeror's facility must be compliant with the requirements of the American with Disabilities Act (Public Law 101-336) 42 U.S.C. 12101 et. seq.). The facility must have one of the following quality ratings: Three star or higher per Mobile Travel Guide; Three crowns or higher per the OAG Business Travel Planner; or Three diamonds or higher per AAA. DOCUMENTATION OF RATINGS MUST BE PROVIDED. 3.3: One (1) Assessor training room required from 7:00 am on April 15, 2013 through 10:00 pm on April 17, 2013, with the ability to accommodate 25-30 people. The Assessor training room can be located in designated meeting space and is not required to be contiguous to testing rooms. The Offeror shall organize the tables and chairs in a U-Shape configuration. Audio-visual equipment (projector, screen and internet connection) must be available for assessor training. 3.4: Sixteen (16) Individual testing process rooms, located along the same hallway, on the same floor of the facility, required from 12:00 pm on April 17, 2013 through 11:59 pm on April 26, 2013. • One (1) Meeting Room (Assessor Break Room) to accommodate 20 Individuals. Assessor Break room shall be located on the same floor as the other testing rooms and may be located on a different hallway. • Three (3) Meeting Rooms (Group Rooms) for candidates to accommodate 12 individuals per room. • Two (2) Meeting Rooms (Computer Rooms) to accommodate 5 individuals per room. • Nine (9) Meeting Rooms (Interview Rooms) to accommodate 3 individuals per room. • One (1) Meeting Room (Control Room) - for test material, staff, and staff equipment All Testing rooms must be located on the same floor and on the same hallway. The Government requires that its operations occupy as many testing rooms as possible on one floor to minimize disruptions from other hotel occupants. Water pitchers and glasses are required in all testing rooms, assessor break rooms and control room by 7:30am and must be refreshed between 12:05pm and 1:20pm (during lunch). Water pitchers are not required on Sunday, April 21, 2013. All testing rooms must be cleaned at the end of testing day (after 5:00pm). Testing rooms cannot be cleaned during the day due to the disruption to candidates during testing. No testing will occur on Sunday, April 21, 2013; therefore, the testing rooms do not need to be cleaned. Three extra room keys (or two master keys for block of rooms) are required for all testing rooms for Assessment exam staff to prepare rooms before each test day. Additionally the Government requires one additional key (not master) for each individual testing room. NOTE: A single point of contact (POC) to include email and cell phone shall be provided in order to facilitate the planning and coordination process. 3.5: Beds and other large furniture pieces must be removed from lodging rooms to convert to testing rooms. The required setup for each room is as follows: • Assessor break room - 2 round tables and chairs needed to accommodate up to 20 individuals. Desk, phone and Internet access required. Government will provide the laptops. • Group rooms (per room) - 1 round table with 6 chairs around the table and 6 chairs around the perimeter of the room. Remove all telephones from these rooms. • Computer rooms (per room) - 4 rectangular tables configured in an open square with 5 chairs (1 chair per table, plus 1 chair for proctor). 2 televisions on stands and two DVD players must be provided by the facility for a video exercise. Four laptops and two printers will be installed in each room by the Government or its Contractor. Internet connection is required. The Government will provide the laptops and printers. All telephones must be removed from the rooms. • Interview rooms (per room) - 1 rectangular table with three chairs Remove all telephones from these rooms. • Control room - 4-5 rectangular tables around the perimeter of the room. Desk, phone, and internet access are needed. The government will provide a laptop and printer. Provide 6 chairs. 4.0: Deliverables ***All interested Contractor's shall provide a quote for the following: Deliverables Due Dates 1 Assessor Break Room 4/17 - 4/26/2013 3 Group Rooms for Candidates (accommodate 12 people per room 4/17 - 4/26/2013 2 Computer Rooms, to include A/V equipment (accommodate 5 people per room) 4/17 - 4/26/2013 9 Interview Rooms 4/17 - 4/26/2013 1 Control Room (for test material, staff and staff equipment) 4/17 - 4/26/2013 1 Assessor Training Room, to include A/V equipment (accommodate 25-30 individuals) 4/15 - 4/26/2013 5.0 Government Furnished Resources: NA 6.0 Travel Requirements: N/A 7.0 Security Requirements: The selected facility will ensure that the Government has the ability to secure all of the testing rooms. 8.0 Place of Performance: The place of performance shall be at the Offeror's Facility. 9.0 Period of Performance: 12 days from the effective date of award. ***INSTRUCTION TO OFFERORS ***EVALUATION CRITERIA: 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (APRIL 2012) The Government will issue an order resulting from this request for quotation to the responsible Offeror whose quotation results as lowest price and technically acceptable. Quotations deemed technically unacceptable will not be considered further for award. *** *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of a CAR provision or clause may be accessed at http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=4e688f283b79af361b0d640fd9f28ed6&rgn=div5&view=text&node=48:5.0.6.43.1&idno=48.*** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ***The following clauses apply to this acquisition: 1352.209-74 Organizational Conflict of Interest 1352.209-73 Compliance with the Laws 1352.201-70 Contracting Officer's Authority 1352.246-70 Place of Acceptance 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-3 Buy American Act - Free Trade agreements- Israeli Trade Act; Alt 1 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Offeror Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The Offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The Offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-13-RP-0040/listing.html)
 
Record
SN02981460-W 20130209/130207234257-bdf9147e4e98363b253924de250c74fa (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.