Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 27, 2013 FBO #4113
SOLICITATION NOTICE

W -- SelectUSA 2013 VENUE for Summit - Venue Requirements

Notice Date
2/25/2013
 
Notice Type
Cancellation
 
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
SB1350-13-RQ-0184
 
Archive Date
3/19/2013
 
Point of Contact
Jemal Williams, Phone: 3019758342
 
E-Mail Address
jemal.williams@nist.gov
(jemal.williams@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
SF-18 Venue Requirements 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 Quotation (RFQ) Number SB1341-13-RQ-0210. The RFQ 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 721110. The size standard under this NAICS Code is $30 Million. The due date for receipt of offeror's proposal is 12:00 p.m. Eastern Time, Wednesday, March 6th, 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. SelectUSA 2013 Investment Summit I. Background: SelectUSA will host the 2013 Investment Summit in Washington DC on October 31-November 1, 2013. This meeting is expected to draw 750 plus participants from around the world who are interested in bringing foreign investment to the United States. II. Objective SelectUSA has an immediate requirement to obtain a location to host and provide meetings space for the SelectUSA 2013 Investment Summit. The summit is scheduled for October 31-November 1, 2013. III. Scope The SelectUSA Investment Summit is of critical importance to the Department of Commerce and the SelectUSA mission. It is through the summit that we will be able to introduce foreign investors with stakeholders to help promote, generate and develop jobs in the United States. The success or failure of this program will impact the credibility and role our agency and office play in foreign direct investment. IV. Specific Requirements The Offeror shall provide the following: a. See attached spreadsheet for conference space requirements. All conference space, meeting rooms and breakout rooms should be all located in one centralized area on the same floor to include the registration area. The total number of rooms required is twenty (20). b. The government does not require a sleeping room block for this program. c. Hotel must be within walking distance to a Metro station to facilitate ease of attendance transportation. d. 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. e. 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.). f. 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. g. Food and Beverage The venue will need to be able to work with a third party contractor to the government to handle arrangements. h. Audio Visual The Venue will need to be able to work with a third party contractor to the government to handle arrangements. V Security The selected facility will ensure that the Government has the ability to secure all of the meeting space. VI Period of Performance: October 1, 2013 to November 30, 2013 VII Place of Performance: The place of performance shall be at the Offeror's Facility. ***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 a Venue 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1350-13-RQ-0184/listing.html)
 
Record
SN02995200-W 20130227/130225234409-ec8175227d890ea42c3dce6924ea333a (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.