SOLICITATION NOTICE
X -- Space Rental for the Senior Executive Service forum Series
- Notice Date
- 1/19/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- US Dept of the Interior - National Business Center Washington DC Acquisition Branch MS1324 1849 C Street NW Washington DC 20240
- ZIP Code
- 20240
- Solicitation Number
- NBCR07004
- Response Due
- 1/19/2007
- Archive Date
- 1/19/2008
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The U.S. Department of the Interior, National Business Center (NBC), intends to award a sole source contract to International Trade Center in accordance with FAR Part 6.302-3: expert servicess. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The associated NAICS code for this procurement is 72110. The United States Department of the Interior/National Business Center/Office of the Secretary, pursuant to the requirements at FAR 12.603, hereby issues this combined synopsis and solicitation. The closing date for this combined synopsis/solicitation is January 22, 2007, 4:00 pm ET. The Government will have a potential of 300 maximum people attending this conference. Contract Type Fixed Price Period of Performance January 25, 2007 February 14, 2007 March 15, 2007 March 29, 2007 April 5, 2007 The contract line items for this purchase order are broken out as follows: A) MEETING ROOMS Room Type Qty Unit Unit Price Total Price B) AUDIO-VISUAL EQUIPMENT Type Qty Unit Unit Price Total Price C) REFRESHMENTS Type Qty Unit Unit Price Total Price DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK C.1 Work Statement (a) The Contractor shall provide meeting space for five events for the Senior Executive Service Forum Series in 2007 (b) Requirements for the Space - Access to public transportation in DC - Books can be delivered ahead of time and stored at no extra cost - Able to provide a stage for the speaker - Must not require a deposit - Space must be available from 7:30 am - 12:30 pm - Provide in-house food service for light refreshments C.1.2. Conference Room Space -- The Contractor shall accommodate, at a minimum, the following activities: - Minimum banquet style seating for 300 people - Ample registration space and location for pariticpants to gather and network before each event - Able to provide 36 feet of table space and 18 chairs for registration - Able to provide 36 fee of table space behind the registeration tables for the books/materials to sit on during registration - Able to provide a table and chair for the book signing C.1.3 Audio-Visual Support and Equipment The Conference requires audio-visual equipment and support. Aside from the equipment, there will be a need for personnel to set up the site, be on-site throughout the Conference to run to equipment and troubleshoot any problems that might arise during the conference, as well as take down after the conference( i.e. sound system, power point projection equipment, 10 x10 screen, microphones, podiums, etc). C.1.4 Food/Break Service -- Food service shall be provided as follows: Breakfasts: 1 working breakfasts on the following dates listed below for @300 guests. January 25, 2007 February 14, 2007 March 15, 2007 March 29, 2007 April 5, 2007 C.1.5 Place of Performance -- Work shall be performed within the area of Washington, DC SECTION G Upon award, a Contracting Officer's Technical Representative (COTR) will be designated to coordinate the technical aspects of this contract and inspect items/services furnished hereunder; however, the COTR shall not be authorized to change any terms and conditions of the resultant contract, including price. The COTR is authorized to certify (but not to reject or deny) invoices for payment in accordance with enclosed payment terms. The authority to reject or deny performance and associated invoice payment is expressly reserved for the Contracting Officer. G.2 Contracting Officer The Contracting Officer for this order is: Tiffany A. Kindred-Lopez 1849 C Street, NW, MS 1324 Washington, DC 20240 G.3 Payment/Invoice Requirements Invoices shall be submitted to the COTR at the address shown in Section G. The COTR will certify the invoice for payment and forward the invoice to the Finance Office for payment with a conformed copy to the Contracting Officer. SECTION H SPECIAL CONTRACT REQUIREMENTS H.1 Insurance-- Departments of the United States Government are self-insured. H.2 Tax and Taxation-- The United States Government is exempt from taxation, for performance of services under this order. Any and all changes to this solicitation and resultant purchase order shall be made by the contracting officer. The prospective contractor must be registered in the Central Contractor Registration (CCR). H.3 Compliance with American Disabilities Act -- The Hotel is in compliance with the Americans With Disabilities Act required under title III. With respect to your meetings that are the subject of this Agreement, the hotel is responsible for ensuring that no registrant or member with a disability is excluded, denied services, segregated or otherwise treated differently than other registrants or member because of the absence of auxiliary aids and services or because of the use of inappropriate or ineffective auxiliary aids. You agree to hold the Hotel or any third party providing services to or performing the Hotel harmless from all liability arising from any failure by you to provide to registrants and members with disabilities any auxiliary aid or services required by the ADA to ensure effective communication or your program. SECTION I CONTRACT CLAUSES This document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-12. Federal Acquisition Regulation (FAR) Clauses incorporated by reference 52.212-1 52.212-2 52.212-3 52.212-4 52.212-5 Full text of the above referenced FAR clauses can be found via http://www.acqnet.gov This is NOT a request for competitive quotes, however, interested parties may identify their interest and capability to respond to the requirement or submit proposals. Any response to this notice must show clear, compelling, and convincing evidence that competition will be advantageous to the government. If not affirmative written response is received, the contract will be awarded without further notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Evaluation of offers shall not obligate the Government to compete the requirement. Commercial Items clauses will be incorporated into the award Purchase Order. Notification of changes shall be made only via FedBizOpps. OFFERORS ARE REQUIRED TO SUPPLY A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS & CERTIFICATIONS--COMMERICAL ITEMS OR INDICATE THAT THEY ARE REGISTERED IN ORCA--refer to: orca.bpn.gov INSTRUCTIONS TO OFFERORS Alll offerors MUST be registered and certified in the Central Contractor Registration (CCR). Further instructions can be found at www.ccr.gov. The Government intends to make a contract award without discussions; however, the Government reserves the right to conduct discussions/negotiations if it deems appropriate/necessary. Prospective Offerors that submit proposals do so at their own expense. The Government will make no compensation for costs incurred in the preparation and submission of proposals by Offerors. Proposals and all supporting documents may be submitted via e-mail to: tiffany _ a _ lopez@ nbc.gov. Any and all questions regarding this combined synopsis/solicitation must be forwarded to the Contracting Officer via e-mail only. Telephone inquiries will not be accepted. Contract Line items are as follows: CLIN 0001 SES Forum #1 CLIN 0002 SES Forum #2 CLIN 0003 SES Forum #3 CLIN 0004 SES Forum #4 CLIN 0005 SES Forum #5 Evaluation Criteria Evaluation In accordance with FAR 52.212-2, Evaluation - Commerical Items, proposals will be reviewed and evaluated in order to find the overall best value for the Government. The Government's objective is to obtain the highest quality considered necessary to achieve the project objective, with a realistic and reasonable cost. 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 Government will award a contract resulting from this Request for Proposal (RFP) to the responsible offeror whose offer conforms to the RFP and is the Best Value to the Government. The selection will consist of a Best Value source selection process based upon acceptability of meeting roomand and other criteria listed. The following factors in descending order of importance shall be used to evaluate offers: 1. Acceptability of meeting rooms: The hotel must be able to accommodate the entire conference in one facility. The facility shall have a business support services, handicap access, and audiovisual services including high-speed Internet access in meeting rooms. Acceptability is defined as the offeror's ability to meet or exceed the Government's requirements as stated in the solicitation. Acceptability factors include but are not limited to: suitability of the proposed location, quality of the proposed items of supply, and fitness of the accommodations proposed. The Government may require a site visit of the proposed location in order to determine overall acceptability. Offerors should submit descriptive literature and documentation to support the information in the quotation. Examples include brochures, menus and equipment lists. Prospective vendors are to submit a proposal that include a written proposal addressing all of the services, proposed menus, types of accommodations and equipment to be provided. 2. Price
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NB140101&objId=204002)
- Place of Performance
- Address: Washington, DC
- Zip Code: 20240
- Country: US
- Zip Code: 20240
- Record
- SN01215642-W 20070121/070119225852 (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 |