Washington, DC Bids > Bid Detail

NOAA (OSF) Conference Space Rental, Room Block, AV Equipment & Support

Agency: COMMERCE, DEPARTMENT OF
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159476054945969
Posted Date: May 19, 2023
Due Date: Jun 3, 2023
Solicitation No: FD23-218
Source: https://sam.gov/opp/9838534f6f...
Follow
NOAA (OSF) Conference Space Rental, Room Block, AV Equipment & Support
Active
Contract Opportunity
Notice ID
FD23-218
Related Notice
Department/Ind. Agency
COMMERCE, DEPARTMENT OF
Sub-tier
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
Office
DEPT OF COMMERCE NOAA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: May 19, 2023 10:55 am CDT
  • Original Published Date: May 18, 2023 03:35 pm CDT
  • Updated Date Offers Due: Jun 03, 2023 03:00 pm CDT
  • Original Date Offers Due: Jun 03, 2023 03:00 pm CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jun 04, 2023
  • Original Inactive Date: Jun 04, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: V231 - TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL
  • NAICS Code:
    • 721110 - Hotels (except Casino Hotels) and Motels
  • Place of Performance:
    Washington , DC 20024
    USA
Description

COMBINED SYNOPSIS/SOLICITATION



OSD Meeting Space



Any correspondence email subject line should reference the SAM.GOV Notice ID number:



1333MF23QNFFK0036



(I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part



13. This announcement constitutes the only solicitation; quotes are being requested and a written



solicitation will not be issued.



(II) The solicitation number for this procurement is 1333MF23QNFFK0036 and is hereby



issued as a request for quotation (RFQ).



(III) The solicitation document and incorporated provisions and clauses are those in effect



through Federal Acquisition Circular 2023-03 (MAR 2023) (Deviation 2023-03)(Dec 2022).



(IV) This solicitation is being issued as a total small business set-aside. The associated NAICS



code is 721110. The small business size standard is $40M.



(V) This combined solicitation/synopsis is for the purchase of the following commercial



service(s): OSD Conference Room Space



CLIN structure is included in the attached SF18 - Office of Sustainable Fisheries (SF)requires a meeting facility, Audio Visual, and sleeping accommodations in the Washington, DC area that are within walking distance to a Metro station to allow easy accessibility by senior officials and Congressional staff.



in accordance with the attached Statement of Work (SOW).



(VI) Description of requirements can be found in the Statement of Work (SOW) attached to



the Sam.gov combined synopsis/solicitation posting.



(VII) Period of Performance: For the base year: A block of rooms consistent with deliverable one must be reserved with the capability to accept individual reservations by September 11, 2023. The meeting rooms and av support in support of the CCC meeting are to start on October 11, 2023, at 7:00 a.m. and go until October 13, 2023, at 4:30 p.m.



Option periods: A block of rooms consistent with deliverable one must be reserved by May 1 of that option period year with the capability to accept individual reservations by September 01 of each option year. The meeting rooms and av support for the CCC meetings are to be three days in October of each option year from 7:00 a.m. until 6:30 p.m.



Base period of performance: Date of Award for one year



Option Period 1: One year following base period of performance



Option Period 2: One year following option period 1 period of performance



Option Period 3: One year following option period 2 period of performance



Option Period 4: One year following option period 3 period of performance





(VIII) FAR 52.212-1, Instructions to Offerors --Commercial Products and Commercial Services



(MAR 2023), applies to this acquisition. See addendum





ADDENDUM TO FAR 52.212-1 Instructions to Offerors—Commercial Products and



Commercial Services





ADDITIONAL QUOTE PREPARATION INSTRUCTIONS:





NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote



must be followed. Failure to provide all information to aid in the evaluation may result in the



offeror being considered non-responsive. Offers that are non-responsive may be excluded from



further evaluation and rejected without further notification to the offeror.



Submission of Quotes



1. Submit quotations to the office specified in this solicitation at or before the time specified in



the solicitation. Only Email quotes are acceptable and can be sent to



andrea.m.talbert@noaa.gov



2. Contractor shall have an active registration in the System for Award Management (SAM)



found at www.SAM.gov in order to provide a quote and be eligible for award.



3. Vendor's response to this Request for Quote shall consist of the documents outlined in



the Combined Synopsis Solicitation and outlined in the Contents of a Bid Package included



in the SF18 and must include the cost breakdown table in its entirety for all years..





(i) The offer must be prepared in two parts: A technical quote and a business/price quote.



Each of the parts shall be separate and complete in itself so that evaluation of one may be



accomplished independently from evaluation of the other. The technical quote must not contain



reference to price; however, adequate information must be contained in the technical quote so



that the offeror’s technical approach is sufficiently detailed to provide a clear and concise



presentation that addresses all contract requirements and demonstrates a clear understanding of



the requirements.



(ii) The offeror shall submit:



a. Technical Quote: One (1) copy, electronic required. 20 page maximum



b. Business/Price Quote: One (1) copy, electronic required.



Each part shall be clearly marked by title. There is no page limitation for the price quote.



(4) The Government will evaluate quotes in accordance with the provisions set forth in this



section and with the evaluation criteria stated below.



(5) The Offerors shall identify and explain any exceptions or deviations taken to any part of the



solicitation or conditional assumptions made with respect to the technical requirements of the



solicitation. Offerors should note that taking exceptions to the Government’s requirements may indicate



an unwillingness or inability to perform the contract, and the quote may be evaluated as such.



(a) Technical Quote



Vendors shall submit the following in their technical quote:





The Government will award a contract resulting from this solicitation to the responsible Contractor whose proposals provide the best value and location to the Government. The following factors will be used for the evaluation, listed in order of importance: See clause 52.212-2 for evaluation factors.





Offeror shall provide at least three (3) past performance references. Provide name,



address, phone number, and name of the project. If a quoter has no relevant past performance, the quoter must affirmatively state that it possesses no relevant past performance history. Offerors who fail to either provide past performance information or affirmatively state that they have none, may be considered as non-compliant to the solicitation.





(IX) FAR 52.212-2, Evaluation—Commercial Products and Commercial Services (Nov 2021),



applies to this acquisition. Offers will be evaluated based on price and the factors set forth in



paragraph (a) 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 following factors shall be used to evaluate



offers.



Paragraph (a) is hereby completed as follows: Evaluation will be based on



(1) Technical/Logistical Capability and Location – Provide sufficient information to demonstrate ability to meet Government's requirements as outlined in the deliverables section above;



(2) Past Performance – Provide contacts, including phone numbers, to allow NOAA to evaluate a firm's past performance in successfully accomplishing activities for related/similar activities to those identified in the Statement of Work (SOW);



(3) Price – The Contractor shall provide and complete the cost breakdown table provided in the RFQ.



(b) Options. The Government will evaluate offers for award purposes by adding the total price



for all options to the total price for the basic requirement. The Government may determine that



an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options



shall not obligate the Government to exercise the option(s).



(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the



successful offeror within the time for acceptance specified in the offer, shall result in a binding



contract without further action by either party. Before the offer’s specified expiration time, the



Government may accept an offer (or part of an offer), whether or not there are negotiations after



its receipt, unless a written notice of withdrawal is received before award.



(End of provision)





(X) 52.212-3 Offeror Representations and Certifications - Commercial Products and Commercial



Services (Deviation 2023-03)(DEC 2022) applies and if applicable the quoter must submit a



completed copy of the provision with its quote.



(XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Conditions—Commercial



Products and Commercial Services (DEC 2022) applies to this acquisition.



(XII) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes or



Executive Orders—Commercial Products and Commercial Services (MAR 2023) (Deviation



2023-03)(DEC 2022)(Deviation 2021-06)(Sept 2021)(Deviation 2020-05)(Apr 2020) (Deviation



2017-05)(Sept 2017) applies to this acquisition.



(XIII) The clauses/provisions contained in the SF18 are also applicable to this acquisition.



(XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.



(XV) Quotes are required to be received in the contracting office as outlined in the SAM.GOV



“General Information” section of the posting. All quotes must be emailed to the attention of



Andrea Talbert at andrea.m.talbert@noaa.gov





Any and all emails shall reference the SAM.GOV Notice ID number in the subject line:



1333MF23QNFFK0036





"THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT".



SEE ATTACHED STATEMENT OF WORK, COST BREAKDOWN TABLE AND THE COMPLETE COMBINED SYNOPSIS/SOLICITATION FOR COMPLETE DETAILS.


Attachments/Links
Contact Information
Contracting Office Address
  • NMFS FIELD DELEGATES 601 EAST 12TH STREET SUITE 1746
  • KANSAS CITY , MO 64106
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >