SOLICITATION NOTICE
X -- Air Force Youth of the Year Teen Forum Lodging
- Notice Date
- 3/3/2005
- Notice Type
- Solicitation Notice
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
- ZIP Code
- 78150-4525
- Solicitation Number
- F3PT5K5042A100
- Response Due
- 3/11/2005
- Archive Date
- 3/26/2005
- Description
- 2005 AIR FORCE YOUTH OF THE YEAR TEEN FORUM 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. This announcement constitutes the only solicitation; quotations are being accepted and a written solicitation will not be issued. This requirement is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-20. The NAICS Code is 721110; size standard $6M. IAW Far Subpart 19-4, preference may be given to small businesses. The Air Force headquarters office for Family Member Programs, HQ USAF/ILVY, plans to award a contract in accordance with the following statement of work. STATEMENT OF WORK A. BACKGROUND The Air Force headquarters office for Family Member Programs, HQ USAF/ILVY, gathers youth from each AF installation for participation in the annual AF Youth of the Year Ceremony in Washington DC. B. SCOPE OF REQUIREMENTS The purpose of this contract is to provide lodging, meals, and meeting space(s) for approximately 120 teenagers and adults for the 2005 Air Force Youth of the Year Teen Forum. Transportation by bus shall be provided by the hotel within this contract to transport approximately 120 individuals to the north entrance of the Pentagon on 23 Jun 05. Accessibility to a shopping mall by walking within 1.5 miles is highly preferred. The contractor shall allow a reasonable cancellation date (approximately 3 weeks in advance) for lodging, rooms, meals, and transportation as the final number of participants becomes known. The hotel shall provide rooms as follows: 12 double occupancy and 10 single occupancy rooms for the night of 19 Jun 05 44 double occupancy rooms and 28 single occupancy rooms for 20-24 Jun 05, checking out 24 Jun 05. The hotel shall provide meals as follows: 19 Jun 05 dinner (34) 20 Jun Breakfast (34), Lunch (50) and Dinner (120) 21-23 Jun Breakfast, Lunch and Dinner (120) 24 Jun Breakfast (120) and Lunch (30) Meals for less than 120 should be served at a restaurant on the premises, rather than a banquet facility in order to accommodate differing schedules. The hotel must be located less than 10 miles from the Pentagon, which is located in Arlington, VA, immediately west of the Potomac River in the vicinity of Hayes Street, 700 Army-Navy Drive, Pentagon City?s Macy's Department Store, which anchors the eastern end of the Pentagon City mall. The hotel shall provide meeting space(s) as follows: 120 individuals on the evening of 20 Jun 05 120 individuals in rounds 21 Jun 05 120 individuals theatre style for 22 Jun 05 50+ individuals on the evenings of 22-23 Jun 05. Must be a space that can be used primarily as a social room with open space and a stereo system. Request hotel allows flexibility with room nights (i.e. Moving extra room nights from one day to another if necessary). Proposals must include cost of lodging per room, cost of meals, cost of conference space and cost of transportation. HQ USAF/ILVY and HQ AFSVA/SVPY representatives must be able to work directly through the hotel for all program details. C. PERIOD OF PERFORMANCE: The performance period is 19-25 Jun 05. CONTRACT TERMS AND CONDITIONS Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. In determining best value, the past performance evaluation factor is significantly more important than price. Interested parties capable of providing the above must submit a written price quote to include discount terms, cage code, and firm?s evidence of their ability to perform. Each offeror will be required to have three (3) clients complete and submit a Questionnaire (supplied by this office) to be used for Past Performance Evaluation. (Contact points of contact below for electronic copy of Past Performance Evaluation Questionnaire.) All responses will be considered, but must be submitted on the requirement included in this synopsis. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, visit http://www.ccr.gov. Responses to this notice shall be provided in writing via e-mail to George Sievers (george.sievers@randolph.af.mil) and TSgt Anthony Smith (anthony.smith2@randolph.af.mil) respectively, no later than 3:30 PM CST on 11 March 05. Offerors must also include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items that can be obtained at http://farsite.hill.af.mil - FAR - Part 52. 52.252-1 -- Solicitation Provisions Incorporated by Reference. Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following clauses also apply: 52.212-4 Contract Terms and Conditions-Commercial Items. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of: (1) Administrative changes such as changes in the paying office, appropriation data, etc. (2) No cost amended shipping instructions (ASI) if?(A) The ASI modifies a unilateral purchase order, and (B) The contractor agrees verbally or in writing, (3) Any change made before work begins if?(A) The change is within scope of the original order, (B) The contractor agrees; ( C ) The modification references the contractor?s verbal or written agreement. 52.204-7, Central Contractor Registration; 52.212-5, Contract Terms and Conditions ? Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items with these additional FAR clauses marked: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); 52.222-41, Service Contract Act of 1965, as amended; 52.222-48, Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment -- Contractor Certification; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.204-6, Data Universal Numbering System; 52.204-7004, Required Central Contractor Registration; 52-252-1, and 52.252-2, Clauses Incorporated by Reference (Feb 1998). The full text of this clause may be accessed electronically at http://farsite.hill.af.mil In addition, DFAR 252-212-7001 with these additional clauses being applicable: 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Report of Intended Performance Outside the United States; 252.225-7002, Qualifying Country Sources as Subcontractors, (a) Definition. ?Qualifying country,? as used in this clause, means any country set forth in subsection 225.872-1 of the Defense Federal Acquisition Regulation (FAR) Supplement. (b) Subject to the restrictions in section 225.872 of the Defense FAR Supplement, the Contractor shall not preclude qualifying country sources or U.S. sources from competing for subcontracts under this contract.; Section 508, Rehab Statement.
- Place of Performance
- Address: Washington, DC
- Country: United States
- Country: United States
- Record
- SN00761796-W 20050305/050303211750 (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 |