Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2006 FBO #1531
SPECIAL NOTICE

X -- DCMA Supervisory Training

Notice Date
2/2/2006
 
Notice Type
Special Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Defense Contract Management Agency, Defense Contract Management Agency, DCMA Procurement Center (DCMAC-W), ATTN DCMAC-W 6350 Walker Lane Suite 300, Alexandria, VA, 22310-3241
 
ZIP Code
22310-3241
 
Solicitation Number
S5105A-06-R-0003
 
Response Due
2/7/2006
 
Archive Date
2/22/2006
 
Description
Headquarters, Defense Contract Management Agency (DCMA), Alexandria, Virginia has a requirement for meeting space and accommodations ? within the Government Per Diem Rate ? for approximately 1,100 attendees ? over a period of 4 weeks (approximately 275 attendees per week) to support DCMA Supervisory Training scheduled for the following dates: 27 February ? 3 March 2006 6 ? 10 March 2006 13 ? 17 March 2006 20 ? 24 March 2006. The ONLY LOCATION BEING CONSIDERED IS: Los Angeles, CA **In order to be considered for award, the contractor?s proposed location MUST BE WITHIN 5 miles of the Los Angeles International Airport. The contractor shall provide all labor, equipment, audio/visual (A/V) equipment, food/beverage, and lodging requirements as stated in this solicitation. Contractors that cannot meet the entire requirement are encouraged to bid on individual weeks. Please annotate the weeks you are bidding for in your quote. 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. This Notice has 3 (three) attachments: (1) Statement of Work. (2) CLINs and Meeting Space Spreadsheets - Offeror should add any further anticipated costs not already specified in the attachment (to include labor). (3) Offeror Representations and Certifications-Commercial Items (FAR 52.212-3). The requirements for this combined synopsis/solicitation are outlined in the Statement of Work (Attachment (1)) and the CLINs and Meeting Space Spreadsheets (Attachment (2)). Solicitation: QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All persons responding must reference solicitation number S5105A-06-R-0003, which is being issued as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08. 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 requirement is unrestricted, full and open competition. Vendors must submit a clear description of the space and services to be provided which will be used in the government technical review. Government will make award(s) to the offeror(s) that meet all the technical requirements identified herein and with the lowest price. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications-Commercial Items (Attachment (3)), and return it with their quote. 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. The following clauses are hereby incorporated by reference: 52.212-1, Instructions to Offerors-Commercial Items, 52.232-36, Payment by Third Party. Clause 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), applies to this acquisition. Clause FAR 52.252-2, Clause Incorporated by Reference, applies to this acquisition, 52.204-7 ? Central Contractor Registration. Additionally, DFARS clauses 252.204-7004, Required Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisition of Commercial Items are applicable (52.203-3, 252.226-7001, 252.227-7015), 252.232-7010-Levies on Contract Payments, 252.212-7000-Offeror Representations and Certifications?Commercial Items, and 252-232-7009 ?Mandatory Payment by Governmentwide Commercial Purchase Card. Questions regarding this solicitation: Questions pertaining to the solicitation must be submitted via e-mail to Ms. Gena Leake at gena.leake@dcma.mil not later than 12:00 PM (noon) Eastern Standard Time, Friday, 3 February 2006. Questions will not be accepted by phone. Receipt of quotes: Quotes must be received at DCMAC-W, ATTN: DSP (Ms. Gena Leake), Alexandria, VA, not later than 15:00 PM Eastern Standard Time, Tuesday, 7 February 2006. Quotes must be submitted via e-mail to Ms. Gena Leake at gena.leake@dcma.mil. Late proposal will not be considered. In order to be considered for award, offerors MUST SUBMIT: (1) Letter signed by an individual authorized to bind the organization, with a schedule of offered items to include prices and menus and the hotel room rate per night (at no higher than the government per diem rate). Please include the weekly blocks you can accommodate. (2) Acknowledgement of any amendments that may be issued. Amendments that may be issued will be published at FedBizOpps the same as this combined synopsis/solicitation. (3) CAGE code and DUNS number. (4) Completed Attachment (3) Offeror Representations and Certifications-Commercial Items. (5) Completed Attachment (1) Statement of Work (6) Completed Attachment (2) CLINs Spreadsheet - Offeror should add any further anticipated costs not already specified in the attachment (to include labor). (7) Offeror?s Published Price list for miscellaneous expenses (i.e. packages, faxes, copies). (8) Offeror?s Published Price list for Audio/Visual. Invoices: The contract for this conference will be paid by Government Purchase Card after completion of the conference. All invoices submitted for payment against a resulting contract must cite the name and address of the contractor/offeror cited in Block 17a of the award document (SF1449). Invoices citing any other contractor name and address will be rejected and returned unpaid.
 
Place of Performance
Address: Los Angeles, CA is the only location being considered. ** In order to be considered for award, the contractor's proposed location must be within five (5) miles of the Los Angeles International Airport.
Country: USA
 
Record
SN00978709-W 20060204/060202211619 (fbodaily.com)
 
Source
FedBizOpps 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.