SOLICITATION NOTICE
X -- Lease or rental of facilities to continue education and training, with a focus on improving interaction between the Inspectors General (IG), Joint and Major Commands and Air Nation Guard wings.
- Notice Date
- 2/9/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W74V8H-04-T-0030
- Response Due
- 2/24/2004
- Archive Date
- 4/24/2004
- Point of Contact
- Finetta Bean, 703-602-5185
- E-Mail Address
-
Email your questions to Defense Contracting Command-Washington(DCC-W)
(beanfj@hqda.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format described in FAR Subpart 12.6, FAR Part 13 Simplied Acquisition procedures and 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. The Government plans to award a firm fixed priced purchase order in accordance with the requirements included herein. This acquisition is unrestricted. Defense Contracting Command Washington intends to award a contract to a qualified vendor who can provide sleeping rooms, meeting space and meals for conference services located in the Washington Metropolitan Geographical area of MD, DC, or VA, from May 03 through May 06, 2004. Facility shall be accessible within a 30-mile radius of a major international airport. Dates have been pre-established and are unlikely to change; therefore, interested vendors must be able to provide accommodations available for the date (s) listed. The purpose of this conference is to continue education and training, with a focus on improving interaction between the Inspectors General (IG) and key organizations at the Air Staff and Air Force installa tions worldwide and will include representatives from Joint and Major Commands and Air Nation Guard wings. Requirements for the conference are as follows: Conference facility must be located in a safe and secure area that is remote from other conference fa cilities/non-conference participants. 24-hour security must be available to provide access control, roving patrol and emergency communications. General Assembly - Auditorium capable of comfortably seating 300 attendees classroom style. Include an audiovi sual package (A/V) for multimedia presentations (i.e., video/data projection equipment to include LCD computer projector with wireless remote and associated computer hardware/software; VHS recorder and associated monitor; at least six (6) wireless microph ones (two (2) of which must be lapel microphones) and an 8-channel microphone mixer; 35 mm slide projector and screen; and a lectern with microphone. Breakout Sessions - Six (6) seminar breakout rooms for small group presentations are required. Each room is to be setup classroom style for approximately 50 to 60 attendees and a standard A/V package for multimedia presentations (video/data projection equipment to include LCD computer projector with wireless remote and associated computer hardware/software; VHS recorder and associated monitor, wireless microphone; 35mm slide projector and screen; high-intensity overhead projector, easel, whiteboards, tack boards for supporting various graphic media, and a lectern). Administrative Office - A separate support office to be used as a command center with a high-speed copier, fax, fax line, desktop computer with a laser printer, printer switch box and cables for three (3) other laptops to connect to the laser printer, four (4) phone lines and one (1) T-1 data line to split into at least two (2) connections to meet conference communications requirements, whiteboard and easel. Working Group Office -A separate office located near the administrative office with two (2) phone lines, table with eight (8) chairs, whiteboa rd and easel. Green Room - A Separate room located near the auditorium for speaker preparation and distinguished Visitors with one (1) phone line and a table with eight (8) chairs. Conference Services - On-site media support services to set-up, operate, trouble-shoot A/V and information technology equipment as required. Special Requirements - Pre-event storage of course materials on-site and acceptance of course materials delivered to site. Special Communication Requirement - Four (4) internal headse ts and four (4) radios to allow real-time communication between main auditorium, AV Room, Green Room and Administrative Office. Banquet Service - Daily banquet service to provide refreshments in main auditorium one a day (i.e., coffee, tea, water and snacks). Lodging, On-site lodging (single occupancy) for approximately 300 attendees. Each participant will be solely responsible for calling to make their individual room reservations, incidentals, damages, etc. and the government is not financially responsible i f individuals does not call in. Meals - 3 buffet meals per person per day. Access to fitness and recreation center Billing - Individuals will pay overnight room/meal charges; other charges will be paid via direct billing to the Air Force. Rooms, The Gov ernment will not be responsible for any additional individual charges such as telephone calls, room services, pay per view movies, meals, beverages, etc. under any contract issued as a result of this solicitation. Transportation - Ground transportation to /from the airport on the Monday before conference start and the following Thursday and/or Friday at conference completion. Complimentary parking. All quotations received must include an explanation of shuttle transportation availability, and indicate add itional cost, if any. Federal Regulations require that any hotel/conference space contracted shall comply with the American Disabilities Act (ADA) requirements and FEMA, Fire Prevention and Control Guidelines. Pursuant to Federal Acquisition Regulation ( FAR) Part 29.302 which state that purchases made by the Federal Government are immune from State and local taxation, the Procurement Contracting Officer has determined that inclusion of any state, local or Hotel taxes are not permissible with regards to th is contract. Therefore, all prices proposed by the offer or in the schedule of supplies/services and prices are to be exclusive of tax. QUOTATION MUST INCLUDE THE FOLLOWING INFORMATION TO BE CONSIDERED: Offer or is advised to use the lowest pricing for a ll requirements that apply for their most favored client. (1) Per night sleeping room rate for single occupancy. (2) Costs PER PERSON for all catering (All-inclusive). (3) Charges for each meeting space and each audio-visual equipment requirement. (4) A de scription of the shuttle service available and any costs associated with shuttle transportation and parking. (5.) Property proximity to the above location requirements. (6.) Property description and history of refurbishing/renovation and upgrade accomplish ments (The Government will Terminate for the Convenience of the Government and seek compensation for any contract awarded as a result of this solicitation if refurbishment/renovation activity adversely impacts the conference program). (7) Vendor must provi de FEMA and ADA certifications. The solicitation number is W74V8H-04-T-0030 and is issued as a request for quotation (RFQ) The NAICS Code for this requirement is 721110 and the small business size standard is $5M. The provisions at 52.212-1, Instructions t o Offerors-Commercial applies to the acquisition. Offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. Quotations will be evaluated in accordance with Federal Acquis ition Regulation (FAR) Subpart 13.106-2-Evaluation of quotations or offers. The Government anticipates awarding one purchase order resulting from this combined synopsis/solicitation to the responsible vendor whose quotation, conforming to this synopsis/so licitation, will offer the BEST PRICE to the Government. The clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following clauses listed in 52.212-5(b) and (c) are included by reference: 52.222-21; 52.222-22; 52-222-23; 52.222-41; 52.225-3 and 52.232-34. Quotations submitted in behalf of the operators of a property must demonstrate how contract requirements will be acco mplished. Quotations must be submitted by the Offeror on Company Letterhead, signed by an Official authorized to negotiate with the Government and sent to the address in this announcement. Quotations should be submitted to Finetta Bean, Defense Contracting Command-Washington, 5200 Army Pentagon, Washington, DC 20310-5200. Phone number is (703)602-5185, fax number is (703)602-3660, no later than 24 FEBRUARY 2004. Due to delays in delivery of regular USPS mail to government offices, there is no guarantee th at your quotation will arrive in time to be considered. Therefore we suggest that you use USPS priority mail or a commercial overnight delivery service. Full text of all referenced clauses is available for download at www.arnet.gov/far. An evaluation tea m will conduct site visit(s) to inspect facilities prior to award.****
- Place of Performance
- Address: Defense Contracting Command-Washington(DCC-W) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
- Zip Code: 20310-5200
- Country: US
- Zip Code: 20310-5200
- Record
- SN00518869-W 20040211/040209215441 (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 |