Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2005 FBO #1313
SOLICITATION NOTICE

S -- Hotel and Conference Rooms Accommodation in Support of the Commercial Equipment Direct Assistance Program (CEDAP)

Notice Date
6/29/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-05-R-EPGDHS1
 
Response Due
7/7/2005
 
Archive Date
9/5/2005
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. The solicitation is issued as a request for proposal (RFP) and will be awarded as a firm-fixed-price. The solicitation document and incoporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. The NAICS code is 72111 0 and the requirement is unrestricted. This is not a DPAS rated order. The Electronic Proving Ground, Special Programs Office, Fort Huachuca, Arizona is soliciting proposals to conduct a training session during September 11-16, 2005 in Washington, DC. R equirements include a total of 1035 hotel rooms at the prevailing government per diem rate or below. The training and accommodations will be within one half mile radius of the US Capitol in Washington, DC. The requirement is as follows: 10 each; hotel rooms for September 11, 2005; 250 each; hotel rooms for September 12-15, 2005; 10 each; hotel rooms for September 16, 2005. Requirement for meeting space: 1 each; meeting room during September 11-16, 2005 for equipment storage with a minimum of 20 to 25 pallets; 1 each; meeting room during September 11-16, 2005 for program administration; 15 each; meeting rooms during September 12-15, 2005 for classroom instruction. On-site security is required for all meeting rooms. Food and beverage requirements include breakfast, lunch, and coffee breaks on September 13-15, 2005 for 300 people. Limited audio-visual support and other miscellaneous support are required for the session. If the primary dates of September 11  16, 2005 are not available, considerati on will be given to the dates of September 18-23, 2005 or September 25-30, 2005. The same requirements will apply to the alternate dates in accordance with the above specified schedule. Proposals not meeting all of the above specified requirements will n ot be considered. Evaluation Criteria/Procedures: Offers will be evaluated based on the following best value criteria in descending order of importance: (1) Meeting the requirement (2) Proposed Schedule Dates (3) Past Performance, and (4) Price. FAR pr ovision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisition. FAR provision 52.212-2, Evaluation of Commercial Items, applies to the acquisition (See evaluation criteria below). Offerors shall include a completed copy of FAR provi sion 52.212-3,Offeror Representations and Certifications Commercial Items, and furnish Offeror's Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes with its offer. FAR clauses 52.212-4, Contr act Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. Payment will be made by Government credit card under Net 30 Terms. Offers are due no later than 12 noon Mountain Standard Time, Thurday, 7 July 2005 and shall be submitted electronically at: carmen.simotti@epg.army.mil. For additional information, contact Carmen M. Simotti, Contract Specialist, at (520) 538-2399 or by electr onic mail at: carmen.simotti@epg.army.mil. The government reserves the righ to select for award, all, some, or none of the proposals received in response to this announcement.
 
Place of Performance
Address: ACA, South Region, Attn: SFCA-SR-WS, Bldg. 55350, 2000 Arizona Street, Fort Huachuca AZ
Zip Code: 85613-7063
Country: US
 
Record
SN00838948-W 20050701/050629212342 (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.