Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2002 FBO #0140
SOLICITATION NOTICE

V -- Transportation, travel and relocation services

Notice Date
4/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT WASHINGTON, 1014 N Street SE, Suite 400 Washington Navy Yard, Washington, DC, DC, 20374-5014
 
ZIP Code
20374-5014
 
Solicitation Number
N00600-02-R-1570
 
Response Due
5/3/2002
 
Archive Date
5/18/2002
 
Point of Contact
Ann Harrison, Contract Specialist, Phone 202-685-1867, Fax 202-433-9586,
 
E-Mail Address
Ann_P_Harrison@fmso.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Format in FAR Subpart 12.6, supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (1) This solicitation number N00600-02-R-1570 is issued as a request for proposal (RFP). (2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-06. (3) A list of contract line item numbers and items, quantities and units are: CLIN 0001 Conference/Meeting Space-3 days, CLIN 0002 Banquet Space-3days, OPTION CLINS: CLIN 0003 Administrative support-3 days, CLIN 0004 Podium with fixed microphone - 3 days, CLIN 0005 Table for Panelist-3 days, CLIN 0006 Electronic/Computer projection capability - 3 days, CLN 0007 Corded microphones for panelist table - 3 days, CLIN 0008 Wireless microphones (2 each per day) - 3 days, CLIN 0009 Mixer (as required) - 3 days, CLIN 0010 Internet Access (price per line) - 3 days, CLIN 0011 Meals - 2 days (to consist of : Continental Breakfast (2 days), Morning Break (2 days), Lunch (2 days), Afternoon Break (2 days), Dinner (1 day), CLIN 0012 Misc support equipment - 3 days (to consist of emergency small printing jobs, faxing in and out, and computer accessibility to assist with emergency projects. (4) DESCRIPTION OF REQUIREMENT; The DoN Contracting Workforce Conference will be held at a 3-star or better* hotel/conference facility within a 15-mile radius of the Pentagon. The conference will be 2 and one-half days in length, with events starting on the morning of Day 1 and concluding approximately noon of Day 3. The conference facilities shall include conference/banquet space for approximately 250 conference attendees, classroom style. Banquet facilities will be required for luncheons on Day 1 and Day 2 and a Dinner session on Day 1 or Day 2 (to be determined based on Conference site dates and availability). Contractor facilities must be in close proximity of a Metro station (no farther than .25 mile) or the contractor must provide transportation to a designated Metro station. The contractor shall provide accommodations to include meeting space for the 250-person conference, state-of-the-art audiovisual support, conference meals and refreshments, and rooming accommodations for approximately 125 attendees. Offerors may propose dates in August 2002, Monday through Friday based on ability to meet the conference presentation requirements. Preferred dates include the weeks of August 5 or 12. Tuesday or Wednesday start dates are preferred. TECHNICAL REQUIREMENTS: The contractor shall be capable of providing/performing the following specific tasks/accommodations. The Contracting Officer or Designated Representative may conduct an on-site inspection of facility prior to award of a contract. The contractor shall provide meeting space and banquet facilities to include: (1) Classroom set-up for approx. 200 (max225) conference attendees, to include table space for workbooks/writing. Classroom set-up is needed for duration of conference. (2) Banquet space for conference luncheons on Day 1 and Day 2 of conference, (3) Banquet space for a dinner session (Day 1 or Day 2 of conference). The contractor shall provide lodging within the prevailing Federal per diem rate for up to 125 conference attendees for up to three nights (starting the day before Conference Day 1 and ending on Conference Day 3). Conference attendees to have up to a 2-hour late checkout on Day 3 of the conference. Conference attendees will be responsible for reserving and settling all hotel accounts. In the event additional lodging is required, the contractor shall make all attempts to secure such additional lodging convenient to the conference facility and within the prevailing Federal per diem rate. The services to be furnished under this contract shall be provided at the contractor's facility. FAR 52.212-2, Evaluation-Commercial Items, is incorporated by reference and applies to this acquisition. Paragraph (a) of FAR 52.212-2 carries the following ADDENDUM. Technical capability is approximately equal to price. Tech capability consists of meeting the specifications in the Statement of Work. Offerors shall include a completed copy of the provision at DFAR 252.212-7000, Offeror Representations and Certifications-commercial items, and FAR 52.21.-3, Offeror Representations and Certifications-Commercial Items, with its written proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Item is incorporated by reference and applies to this acquisition and resulting contract. The following terms and conditions are added as an addendum to this clause: TYPE OF CONTRACT-The resulting contract will be firm fixed price. FAR 52.232-18 Electronic Funds Transfer Payment (APR 1984), DFARS 252.204-7004 (MAR 2000) Required Central Contractor Registration, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is incorporated by reference, however for paragraphs (b) and (c) only the following provisions apply to this acquisition: 52.222-21 - Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, 52.222-36 Affirmative Action for Handicapped Workers. *3-star or better - as indicated in the current edition of the AAA (American Automobile Association) tour book covering Washington, DC, and the Virginia and Maryland suburbs. PROPOSALS ARE DUE ON WEDNESDAY 8 MAY 2002 AT 2:00 PM EST. SUBMIT PROPOSALS TO :FISCNORVADETWASH, Customer Service Center, 10 14 N St SE, Washington Navy Yard, Building 200, 4th Floor, Washington, DC 20473. For information regarding this solicitation contact Pat Harrison, 202.685.1867.
 
Record
SN00063216-W 20020421/020419213353 (fbodaily.com)
 
Source
FedBizOpps.gov 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.