SOLICITATION NOTICE
X -- MOC COMMAND CONFERENCE-1/07 THRU 11, 2013
- Notice Date
- 11/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
- ZIP Code
- 23510
- Solicitation Number
- EA-133M-13-RQ-0044
- Archive Date
- 11/27/2012
- Point of Contact
- Linda L Mullen, Phone: 757-441-3436
- E-Mail Address
-
Linda.Mullen@noaa.gov
(Linda.Mullen@noaa.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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotation (RFQ) number is EA-133M-13-RQ-0044. The U.S. Dept of Commerce, NOAA, Operations Division has a requirement for Marine Operations center Command Conference to be held from January 7 through 11, 2013 in accordance with the following. REQUIREMENTS/DELIVERABLES 1. The solicitation is for a conference/training facility and sleeping accommodations that are within walking distance of NOAA Marine Operations Center, 439 West York St., Norfolk, Virginia. The sleeping room accommodations facility must provide accessible facilities under the Americans for Disabilities Act, must be FEMA approved, and must meet the requirements listed below. 2. A block of approximately 40, Non-Smoking, King Bed rooms will be needed for the nights of January 7, 8, 9 and 10. These rooms are not to exceed the Federal Government per diem rate for the Norfolk, Virginia area. The Government will pay for only the number or rooms used. 3. A meeting room that can accommodate U shape for 55 individuals, and a breakout room for 25 people, for January 8-11, 2013 (3.5 days). 4. Audio Visual Requirements for meeting room:  Data Projector Package, includes XGA projector, projection stand, tripod screen to accommodate room size, VGA cable, extension cord and power strip.  Wireless hand-held or lavaliere microphone 5. Area to accommodate morning (4 days)/afternoon (3 days) breaks consisting of light refreshments for 50 participants to allow full participation through the scheduling of programs during breaks. It is preferable to have the break refreshments available outside and adjacent to meeting room if possible, otherwise, it is to be set up at the back of meeting room. A continental breakfast is defined to include but not be limited to, cereal, fruit, pastries, breads, coffee, tea, milk, and juice. Light refreshments are defined to include, but not be limited to, coffee, tea, milk, juice, soft drinks, bagels, fruit, granola bars, pretzels, cookies, chips, or brownies. 6. VENDORS SHALL PROVIDE DUNS NUMBER WITH THEIR QUOTE This procurement is being solicited as unrestricted and full and open competition. The resulting purchase order will be negotiated as a firm-fixed price Purchase Order. In order to comply with the debt collection improvement act of 1966, all contractors must be registered in the System for Award Management (SAM) to be considered for an award of a federal contract. For information regarding registration of your CCR and ORCA Certifications contact the SAM website at https://www.sam.gov.. The FSC for this is X1AB and the NAICS Code is 721110, small business size standard is $30 million dollars. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61. FAR 52.212-1 Instructions to Offerors-Commercial Items applies. Evaluation will be in accordance with FAR 52.212-2 Evaluation-Commercial Items. Award will be made to the responsible, responsive offeror whose offer will result in the lowest technically acceptable price and who can best meet the required location. FAR 52.212-3, Offeror Representations and Certification-Commercial Items (Nov 2006) --Offerors must include a completed copy of its provision with their offer or complete only paragraph (j) of the provision if the offeror has completed the annual representation and certifications electronically at https://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website; the offeror shall complete only paragraphs (b) through (i) of this provision; FAR 52.212-4, Contract Terms and Conditions-Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2007) applies and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition, as such consider the following clauses checked, (15), (16), (17), (18), (19), (25), (28) and (33). The following addenda or additional terms and conditions apply: None. No Defense Priorities and Allocations System (DPAS) rating is assigned. Offers must be submitted to the Eastern Region Acquisition Division, 200 Granby Street, Room 815, Norfolk, Virginia 23510 by 4:00 P.M November 12, 2012. Vendors who offer expires prior to closing date will not be accepted. Offers maybe faxed to 757-664-3649 or via e-mail to Linda.Mullen@noaa.gov. Inquiries will only be accepted via email to Linda.Mullen@noaa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA-133M-13-RQ-0044/listing.html)
- Place of Performance
- Address: 439 WEST YORK ST, NORFOLK, Virginia, 23510, United States
- Zip Code: 23510
- Zip Code: 23510
- Record
- SN02925590-W 20121108/121106234459-8c20487f68bcd6ffa2c69c00b6c652a3 (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 |