MODIFICATION
X -- WORLD WIDE CIVIL AFFAIRS CONFERENCE
- Notice Date
- 4/14/2004
- Notice Type
- Modification
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
- ZIP Code
- 28310
- Solicitation Number
- Reference-Number-W81YJR4090N042
- Point of Contact
- Valaida Bradford, Contract Specialist, Phone 910 3960560, Fax 910 4329345,
- E-Mail Address
-
bradforv@soc.mil
- Description
- AMENDMENT 0001: The solicitation is amended to reflect the dates in statement 1 are corrected as reflected in statement 2. The statement is found within the soliciation: Statement 1: Contractor shall provide an area for exhibits and displays from 7:00 AM ? 5:30 PM on Friday and Saturday, 17 and 18 June 04. A ball-room area will be provided by the contractor where the contractor will provide Continental Breakfast for 300 people from 7:00 ? 9:45 AM on Friday, 17 June and Saturday, 18 June. Statement 2: Contractor shall provide an area for exhibits and displays from 7:00 AM ? 5:30 PM on Friday and Saturday, 18 and 19 June 04. A ball-room area will be provided by the contractor where the contractor will provide Continental Breakfast for 300 people from 7:00 ? 9:45 AM on Friday, 18 June and Saturday, 19 June. The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for accommodations to support the World Wide Civil Affairs Conference in Raleigh North Carolina 17 ? 20 June 2004. The contractor shall provide all labor, equipment, lodging and meals as stated in this solicitation. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All persons responding must reference solicitation number W81YJR 4090 N042 which is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-22. It is the contractor?s responsibility to be familiar with all applicable clauses and provisions. The North American Industry Classification System (NAICS) is 721110. The size standard is $6M. The requirement is unrestricted, full and open competition. The contractor shall provide three hundred (300) hotel rooms for 17- 20 June 2004. These rooms should be blocked as they will be reserved on an individual basis and are not to be priced as part of the offerors? quotation. Twenty (20) of the 300 rooms shall be blocked by the contractor for Wednesday, 16 June 04 at the same government rate which applies 17 ? 20 June to accommodate the event coordinating staff and overseas participants who will be arriving early to assure complete preparation for the four day event. Confirmation of the total number of rooms shall be provided to the contractor two (2) weeks prior to conference and cancellation of rooms 24 hours prior to arrival. Rooms shall be available to accommodate non-smokers, smoking and disabled. Late check in and check out must be available for special cases without penalty. The hotel must have an airport shuttle for convenient service and baggage service. The contractor shall provide a room or comparable area set up for registration on 17 June 04 from 12:00 noon ? 7:00 PM; 18 June 04 from 7:00 AM ? 7:00 PM. A room shall also be provided by the contractor and set up to be used as the Operations Center by Civil Affairs operables to include, phone, fax, a copier and data port connections for computer access on 17 June from 12:00 noon ? 11:00 PM; 18 June from 6:00 AM ? 11:00 PM, as well this will need to be provided by the contractor on 19 June for late registration from 6:00 AM ? 11:00 PM and 20 June 04 from 6:00 AM ? 1:30 PM. An area for storage of conference supplies shall be included by the contractor within close proximity of the room to be used as the Operations Center for the same time frames as that of the Operations Center. On 17 June two rooms shall be provided by the contractor, to accommodate 300 people, for two separate meetings, one meeting to be held from 2:00 PM ? 3:00 PM and the other meeting to be held from 3:00 PM ? 4:00 PM. These rooms shall be set up accordingly as requested by Civil Affairs with the expectation that each meeting may last past the intended hour. The evening of 17 June 04, from 6:00 PM ? 10:00 PM, the contractor will provide a room with a cash bar and light hor d?oeuveres to accommodate 300 people for the opening social gathering. Contractor shall provide an area for exhibits and displays from 7:00 AM ? 5:30 PM on Friday and Saturday, 17 and 18 June 04. A ball-room area will be provided by the contractor where the contractor will provide Continental Breakfast for 300 people from 7:00 ? 9:45 AM on Friday, 17 June and Saturday, 18 June. Coffee only will be provided by the contractor on Sunday morning, 20 June from 7:00 ? 9:00 AM. The Key Note Address will be delivered in this ballroom on Friday morning, therefore the Contractor shall assure the room is provided with the appropriate lighting, audiovisual aids, and a podium with a stationery microphone. Appropriate seating arrangements with tables, and tablecloths shall be provided by the contractor for this event. From 12:00 noon ? 1:30 p.m., the contractor shall provide a ball-room area for lunch where the contractor will set up the room for 300 people. The Civil Affairs Association will be making arrangements with the hotel for lunch and the contractor shall not include the price of lunch within the proposal. Breakout areas will be provided by the contractor on Friday, 18 June from 7:30 AM ? 5:30 PM and will be contained within the ballroom area provided for breakfast and lunch. Contractor shall assure the area is set up accordingly for each event or breakout rooms shall be provided by the contractor within close proximity of the ballroom. Appropriate seating will be provided by the Contractor for the breakout sessions. The contractor shall provide a room the evening of 19 June 04 from 6:30 PM ? 10:00 PM to accommodate 300 people to provide and serve dinner consisting of a protein entr?e, vegetable, starch, salad and dessert as well as provide a cash bar beginning at 6:00 PM to extend the duration of the evening. Contractor shall assure the room is provided with the appropriate lighting, audiovisual aids, and a podium with a stationary microphone. Appropriate seating arrangements with tables, centerpieces, and tablecloths shall be provided by the contractor for this event. The contractor is required to return with his offer the menu choices offered for the 19 June dinner for prior selection of the meal. Contractor shall provide a room on Sunday 20, June from 8:00 AM ? 12:00 noon for approximately 16 Officers for the Commander?s Meeting. Appropriate seating and a podium shall be provided by the contractor in this room. The registration area provided by the contractor on 17 June will be set up in the Hotel Lobby and will include a table with chairs. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE. The following Federal Acquisition Regulations (FAR) provisions and clauses are applicable to this acquisition. Full text clauses and provisions are available at http://farsite.hill.af.mil. 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: ?Quotes will be evaluated as to acceptability, availability, price, and past performance. Vendors shall submit a clear description of the space and services to be provided which will be used in the government technical review. A best value award will be made to the lowest responsive quote from a responsible bidder submitting an offer found to be most advantageous to the government.? Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications-Commercial Items, and return it with their quote. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, is hereby incorporated by reference; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this acquisition. The following FAR clauses identified at paragraph (b) of FAR clause 52.212-5 are also considered checked and applicable to this acquisition: (11), (12), (13), (14), (15), (24) and (28). The following FAR clauses identified at pararaph ( c) of FAR clause 52.212-5 are also applicable to this acquisition: (1) and (2). The clause FAR 52.252-2, Clause Incorporated by Reference, applies to this acqusition and is added to read: http://farsite.hill.af.mil. Additionally, DFARS 252.204-7004, Required Central Contractor Registration: 252.21-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.247-7024 applicable. The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC, ATTN: AOCO (Valaida J. Bradford), Fort Bragg, NC 28310, not later than 2:00 p.m. Eastern Time, Wednesday, 21 April, 2004. E-mail submissions are preferred, however, fax submissions will be accepted at (910) 432-92345. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include price and menu, (2) completed Representations and Certifications and (3) acknowledgement of any amendments that may be issued. Amendments that may be issued will be published at FedBiz Opps the same as this combined synopsis/solicitation. Questions pertaining to the solicitation must be submitted in writing faxed to Valaida J. Bradford at (910) 432-9345 or forwarded via email to bradforv@soc.mil. The point of contact for this solicitation is Valaida J. Bradford who may be contacted at (910) 396-0560.
- Place of Performance
- Address: HQ USASOC, BLDG E-2929, ONE DESERT STORM DRIVE, FT BRAGG, NC
- Zip Code: 28310
- Country: USA
- Zip Code: 28310
- Record
- SN00566049-W 20040416/040414212657 (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 |