SOLICITATION NOTICE
X -- HIPAA Washington DC Conference
- Notice Date
- 12/23/2010
- 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
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-11-RQ-0059
- Archive Date
- 1/21/2011
- Point of Contact
- Keith Bubar, Phone: 3019758329, Jo-Lynn S Davis, Phone: 301-975-6337
- E-Mail Address
-
keith.bubar@nist.gov, jo-lynn.davis@nist.gov
(keith.bubar@nist.gov, jo-lynn.davis@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. FAR PART 13, SIMPLIFIED ACQUISITION PROCEDURES, ARE UTILIZED IN THIS PROCUREMENT. THIS ANNOUCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a request for quotation. The solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-47. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 - Hotels (except Casino Hotels) and Motels. This requirement will be competed under full and open competition and will not be set aside for small businesses. The Government anticipates the award of a fixed price purchase order to the lowest priced, technically acceptable offeror. The Following FAR provisions and clauses apply to this solicitation: 52.212-1 52.212-3 52.212-4 52.212-5, including 52.222-50, 52.233-3 and 52.233-4 in paragraph (a) (1), and the following fill-ins in paragraph (b): 52.219-28, 52.222-3, 52.222.19, 522.222-21, 52.222-26, 52.222-36, 52.225-13 and 52.232-33. The full text for the applicable FAR clauses and provisions can be found at the following link: https://www.acquisition.gov/far/html/FARTOCP52.html Description of Requirement: To assist organizations in addressing security and privacy concerns in the growing use of information technology in healthcare, NIST will be hosting its fourth annual Health Insurance Portability and Accountability Act (HIPAA) Security Rule conference, "Safeguarding Health Information: Building Assurance through HIPAA Security," on May 10 & 11, 2011 in Washington, D.C. This conference will provide a forum to discuss the current HIT security landscape, as well as practical strategies, tips, and techniques for implementing the requirements of the HIPAA Security Rule. Congress enacted the Administrative Simplification (part of Title II) provisions of HIPAA to, among other things, promote efficiency in the healthcare industry through the use of standardized electronic transactions, while protecting the privacy and security of health information. Pursuant to the Administrative Simplification provisions of HIPAA, the Secretary of Health and Human Services (HHS) adopted standards relating to electronic healthcare transactions and code sets; privacy of protected health information; security of electronic protected health information (EPHI); and unique health identifiers. In general, the requirements, standards, and implementation specifications of the HIPAA Security Rule apply to Covered Healthcare Providers, Health Plans, Healthcare Clearinghouses, and Medicare Prescription Drug Card Sponsors. The purpose of this acquisition is to secure conference space for an executive level conference. This executive level conference is the 2 day HIPAA conference in the Washington DC area. The following is a list of the minimum requirements that offerors shall meet: All requirements must be available for two consecutive days: May 10 &11, 2011. • Washington DC meeting location (within 5 miles of Ronald Reagan Washington National Airport) • Within 3 blocks of a Metro rail station • Access to transportation (Buses, Taxis, etc.) • Within 3 blocks of hotel accommodations • Meeting space for 400 people • Includes one large room set Classroom style for main conference area to fit 400 people and one additional breakout room to accommodate up to 100 people • Separate room for attendees to have lunch. Food/drink service is not included in this requirement, but there must be consent for an outside vendor to provide such service. • Audio/Video equipment and support • One podium microphone, • Minimum of two floor microphones • Panel table microphones for up to 4 panelists • One LCD Projector and Screen in the conference room • One LCD Projector and Screen in the breakout room • Capability for wireless Internet access for conference attendees • Conference room and breakout room shall have webcast capability (webcasting services not included in this requirement) • Ample parking • On-site food court or restaurants ADDENDUM TO PROVISION 52.212-1 - QUOTATION SUBMISSION INSTRUCTIONS (a) Submission of offers. Submit signed and dated offers to keith.bubar@nist.gov. Offers must be received by January 6, 2011 at 12:00 pm EST. Offers must be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must include- (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) The time specified in the solicitation for receipt of offers; (4) Technical description of the venue offered in sufficient detail to evaluate compliance with requirements in the solicitation. Offerors must demonstrate that their venue meets each of the requirements listed in the solicitation (to include floor plans, maps of the facility and set-ups, etc.). (5) Past performance information: Offerors shall provide the following information for references: Company/organization name and address; Contact person (name/title); Telephone number; Email Address; Type of event/number of days/any special accommodations; and dollar value of the contract. (6) Price and discount terms, if applicable; (7) "Remit to" address, if different than mailing address; (8) Acknowledgement of any solicitation amendment(s); (9) FOB Destination based firm-fixed-price for each of the two CLINs listed in the attachment and any discount terms for those prices; (10) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (b) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (c) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (d) Late submissions, modifications, revisions, and withdrawals of offers. (e) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. The period of performance is from May 10, 2011 through May 11, 2011. All quotes shall be submitted so that they are received no later than 12:00 pm EST on January 6, 2011 at keith.bubar@nist.gov. Faxed quotes will not be accepted. Evaluation Factors for Award: The Government intends to use a tradeoff process to award a purchase order to the responsible Offeror whose proposal represents the best value to the Government, evaluated cost/price and other factors considered. The Government reserves the right to make an award to other than the lowest-cost/priced offeror or to the offeror with the highest technical rating on the non-price evaluation factors if the contracting officer determines that to do so would result in the best value to the Government. Upon receipt of quotations, the contracting officer will review them to determine if each offeror followed all of the instructions in this solicitation. A quotation that did not follow the instructions may be deemed unacceptable and may not be further evaluated. Each quotation will be evaluated against the factors described below. A. Technical Capabilities: The Government will evaluate each offeror's ability to comply with the minimum requirements detailed in this solicitation. As stated in the quotation submission instructions, each offeror must demonstrate that their venue meets each of the requirements. The Government will evaluate each offeror's response to the minimum requirements section. B. Past Performance: The Government will evaluate each offeror's past performance information as it relates to requirements, including quality of services and products, and customer satisfaction; and indication of ability to improve performance through proactive management. The Government will evaluate past performance by contacting the references selected at random or a specific reference identified by the offeror. The Government may also consider other information available. C. Evaluated Price/Cost: The Government shall evaluate the reasonableness of the offerors' proposed price for the requirement as a whole. The evaluation factors are listed in descending order of importance. Together, Factors A and B are more important than Factor C. The importance of Factor C will increase with the degree of equality among quotations in the non-price factors.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RQ-0059/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, United States
- Record
- SN02350408-W 20101225/101223233952-e315d918e8041973df84d9769b1affbc (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 |