COMMERCE BUSINESS DAILY ISSUE OF APRIL 6, 2001 PSA #2824
SOLICITATIONS
99 -- TO OBTAIN CONFERENCE FACILITIES
- Notice Date
- April 4, 2001
- Contracting Office
- NASA/Goddard Space Flight Center, NASA Headquarters Acquisition Branch, Code 210.H, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- RFQ10-05461-JDP
- Response Due
- April 22, 2001
- Point of Contact
- Jennifer D Perez, Contract Specialist, Phone (301) 286-8150, Fax (301) 286-0357, Email Jennifer.D.Perez.1@gsfc.nasa.gov
- E-Mail Address
- Jennifer D Perez (Jennifer.D.Perez.1@gsfc.nasa.gov)
- Description
- The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This notice 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, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. Offerors are required to use the On-Line RFQ system to submit their quote. The On-line RFQ system is linked above or it may be accessed at http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=. The information required by FAR Subpart 12.6 is included in the on-line RFQ. Statement of Work The Office of Inspector General for the National Aeronautics and Space Administration is soliciting proposals to provide conference facilities, sleeping accommodations, parking, and food services for the OIG's All Hands Conference to be held August 12, 2001, through August 17, 2001. The conference participants will include approximately 200 professional government employees and up to 8 government and/or private industry professional speakers. The facility must be within easy commute of the Richmond International Airport. The facility must be located in Richmond, Virginia metro area. Consideration will be given to the site that can provide free or significantly reduced airport shuttle service and can accommodate airport pick up for late arrivals. The facility must have complete overnight accommodations (individual sleeping rooms/private baths) and dining facilities for approximately 200 people. Sleeping rooms should be equipped with telephones, and data port capability. Preference will be given to those sites offering their sleeping rooms at or below the prevailing government per diem lodging rate inclusive of all taxes, and that can offer one complimentary sleeping room for every fifty room nights, based on the total number of room nights. Various restaurants and eating facilities and other amenities appropriate to meet the diverse needs of conference participants should be close to the conference facility. The facility must be able to provide safe, adequate parking to meet the needs of the participants. Meeting Space Requirements: The facility must provide conference rooms including setup, equipped with electrical and data lines for audiovisual equipment and computers, Monday, Tuesday, Wednesday, and Thursday from 8:00 a.m. to 5:30 p.m., Monday through Thursday from 7 p.m. to 9 p.m., and Friday from 8:00 a.m. to 11:30 a.m. All break out rooms, plenary, and luncheon rooms are to be in close proximity to each other. A registration area should be within close proximity to the general session room and should include a minimum of a skirted table with four chairs. The facility should include a general session room to comfortably accommodate approximately 200 people, classroom style with space in front of the room for a table, four chairs, lectern and microphone. The general session room should be furnished with a lectern and lavaliere microphone. The facility must provide one classroom style breakout space every evening to accommodate up to 60 people with a podium and microphone. One breakout room is needed for approximately 100 people for one evening from 7 p.m. to 9 p.m. One hospitality suite or networking room for up to 25 people boardroom style within close proximity to the general session meeting space must be available Monday through Thursday 8:00 a.m. to 5:30 p.m. and at least one evening from 7 p.m. to 9 p.m. All meeting space should be separate from rooms used for meal functions. A business center with a fax machine, copier and telephones. should be in close proximity to the meeting space. Areas are to be in close proximity to restrooms and telephones. Locked space must be available to secure government audiovisual and computer equipment. On-site audiovisual support should be available to accommodate requests for additional equipment, if needed. The facility is to provide morning and afternoon break service. Meals and Breaks All meals must be provided at or below the following rates: Breakfast $8.00, Lunch $10.00 and Dinner $20.00 per day per individual inclusive of sales tax if applicable. Based upon prior notification to the facility, all menus must be flexible enough accommodate participants having dietary restrictions such as food allergies and health considerations. Monday through Friday breakfast should be available between 6:30 a.m. and 8:00 a.m. and may be served buffet style. Monday through Thursday buffet style lunch with items from a selected menu should be available between 12:00 p.m. and 1:00 p.m. and served within close proximity to the general meeting room. Two plated dinners should be available 5:00 p.m. to 7:30 p.m. from a selected menu, evenings to be determined. Please submit menus with your quotation. Morning breaks should include a coffee/tea service with juice and various condiments served at 10:00 a.m. Monday through Friday. Afternoon breaks should include a coffee/tea service with soda or punch and light refreshment such as cookies, pretzels, etc.The specifications and drawings are linked above or may be accessed at http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=.] This procurement shall be conducted utilizing Best Value Selection (BVS), which seeks to select an offer based on the best combination of price and qualitative merit. BVS evaluation is based on the premise that, if all offers are of approximately equal qualitative merit, award will be made to the offeror with the lowest evaluated price (fixed-price contracts). However, the Government will consider awarding to an offeror with higher qualitative merit if the difference in price is commensurate with added value. Conversely, the Government will consider making award to an offeror whose offer has lower qualitative merit if the price (or cost) differential between it and other offers warrant doing so. The statement of work serves as the Government's baseline requirements. The offeror must demonstrate its understanding of and capability to meet the baseline requirements, to be considered acceptable. The following value characteristics establish what the Government considers to be valuable in an offer. These value characteristics are performance based and permit selection of the offer which provides better results for a reasonable marginal increase in price. All offers will be judged against these value characteristics. Cost and technical will be considered equal in importance and will not be assigned weights. On those value characteristics the offeror chooses to provide, adequate information should be submitted to permit proper evaluation. The following value characteristics are applicable to this procurement: 1. Convenience of Transportation -- The Government will evaluate any value added to an acceptable offer that provides accessibility of convenient modes of transportation for guests. (e.g. complimentary shuttle services, etc.). 2. Facility Amenities -- The Government will evaluate any value added to an acceptable offer that provides amenities within their facility for the comfort of the traveler. (e.g. pool, fitness facility, etc.). 3. Personal/Room Amenities -- The Government will evaluate any value added to an acceptable offer that provides personal and in-room amenities (e.g. in-room coffee maker, hairdryer, refrigerator, etc.). 4. Convenience of Location/Vicinity -- The Government will evaluate any value added to an acceptable offer whose location adds to the convenience of travelers. (e.g. nearby restaurants, shopping, etc.). 5. Food Services -- The Government will evaluate any value added to an acceptable offer that provides services to guests related to eating establishments and availability of food (e.g. complementary breakfast, coffee/beverages in lobby, discounts to nearby restaurants, etc.). 6. Risk Management -- The Government will evaluate any value added to an acceptable offer that demonstrates methods of risk management in the areas of contract performance, safety, health, and security for lodging guests, which are above and beyond those required by the statement of work. 7. SDB Participation -- The Government will evaluate any valued added to an acceptable offer for corporate subcontracts that include Small and Disadvantaged Businesses, as defined in 13 CFR 124.1002. The baseline requirement for SDB participation is "zero." Participation above "zero" will add value. SDB concerns that choose the FAR 19.11 price evaluation adjustment shall receive no consideration under this value characteristic. The Vendor shall submit copies of their quote. The quote may include brochures but is to be brief. Questions regarding this acquisition must be submitted in writing (e-mail is preferred) no later than 4/22/2001. (Prospective quoters shall notify this office of their intent to submit a quotation. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments. An ombudsman has been appointed -- See NASA Specific Note "B".
- Web Link
- Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=04#RFQ10-05461-JDP)
- Record
- Loren Data Corp. 20010406/99SOL007.HTM (D-094 SN50I2Z2)
| 99 - Miscellaneous Index
|
Issue Index |
Created on April 4, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|