SOLICITATION NOTICE
X -- Marine Fisheries Advisory Committee Meeting Facility and Accommodations, June 7-10, 2005
- Notice Date
- 3/31/2005
- Notice Type
- Solicitation Notice
- 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, MD, 20910
- ZIP Code
- 20910
- Solicitation Number
- Reference-Number-NFFK156-sks
- Response Due
- 4/1/2005
- Archive Date
- 4/16/2005
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. Solicitation Number NFFK156-sks is issued as a request for quotation and is solicited under full and open competition. The NAICS Code is 721110. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration NOAA), National Marine Fisheries Service, Marine Fisheries Advisory Committee (MFAC) will hold their next meeting on June 7-10, 2005. MFAC requires the services of a meeting facility to provide 1) an inclusive Government Meeting Package which would include the following: a meeting room with a U-shaped table to seat 25 and audience seating for up to 30 additional people and a screen for presentations; light refreshments for morning and afternoon breaks, and 2) 25 guest rooms to accommodate attendees. Please note that a block of 25 sleeping rooms will be needed for four or five nights, beginning June 6, 2005. These rooms will be handled directly by the attendees. The conference and meeting facility must provide accessible facilities under the American Disabilities Act, must be FEMA approved and must meet the following requirements: 1) Availability of meeting facility on the specified dates of June 7-10, 2005; 2) Location of the facility must be within the Washington, DC, ?Capital Hill? area; 3) Provide one meeting room with a U-shaped table to seat 25 and audience seating for up to 30 additional people, a screen for presentations and light refreshments for morning and afternoon breaks; 4) Provide two small tables, one for a projector and the other for a transcriber; 5) Possibly provide two break out rooms; 6) Provide Guest rooms with modem access for 25 people; and 7) Provide a Per Person per Day Inclusive Rate for the Government Meeting Package. The resulting purchase order shall be negotiated on a firm fixed price. The award will be made on a best value basis. Best value evaluation factors include the following: 1) Location ? must be within the Washington, DC, ?Capital Hill? area; 2) Approach - The likelihood of effectively meeting the requirements; 3) Past Performance - The relevancy and quality of prior performance; 4) Price - The amount, realism and consistency of the evaluated price. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2001-27. The provisions and clauses may be downloaded at http://www.acqnet.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 will award a purchase order resulting from this solicitation to the responsible offer or 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) location, (ii) approach, (iii) past performance, (iv) price; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - Offerors must include a completed copy of Offeror Representations and Certifications along with the offer; 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. The following additional FAR clauses are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.204-7, Central Contractor Registration; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans for the Vietnam Era; 52.232-1, Payments; 52.232-38, Submission of Electronic Funds Transfer Information with Offer; 52.249-2, Termination for Convenience of the Government (Fixed Price) (Short Form). All responsible sources that can meet the requirements and provide the items as listed above may respond to this solicitation by submitting a price quote, five (5) pages maximum, on company letterhead along with capabilities information (location, guest amenities, meeting facilities, terms and conditions, pre-existing meeting packages, comparable past performance) addressed to Sandy Shaffner at the address listed above, to be received no later than, April 1, 2005. Responses can also be faxed to (301) 713-0808 or e-mailed to sandra.shaffner@noaa.gov.
- Place of Performance
- Address: Washington
- Zip Code: DC
- Country: USA
- Zip Code: DC
- Record
- SN00779268-W 20050402/050331211802 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |