Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2008 FBO #2357
SOLICITATION NOTICE

R -- Conference - Producibility & Manufacturing Directorate

Notice Date
5/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, MDA Deputy for Contracting (MDA/DAC), 7100 Defense Pentagon, Washington, District of Columbia, 20301-7100
 
ZIP Code
20301-7100
 
Solicitation Number
HQ0006-08-Q-CS01
 
Point of Contact
Leslie L Freeman,, Phone: 703-882-8148, Shirlee W Madeloff,, Phone: (703) 882-6152
 
E-Mail Address
leslie.freeman.ctr@mda.mil, shirlee.madeloff@mda.mil
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION SOLICITATION HQ0006-08-Q-CS01 PRODUCIBILTY AND MANUFACTURING DIRECTORATE CONFERENCE (1) 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; proposals are being requested and a written solicitation will not be issued. All future information regarding this acquisition, including amendments will be distributed through this website. Interested parties are responsible for downloading their own copy of amendments (if any) and monitoring the website to ensure that they have the most current information regarding the acquisition. (2) The applicable solicitation number is HQ0006-08-Q-CS01 and is issued as a request for quotation (RFQ). Ensure responses include this solicitation number. (3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. (4) This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The North American Industry Classification System (NAICS) code for this acquisition is 721110. For the purpose of this procurement the small business size standard is $6.5M. (5) REQUIREMENT: This is a requirement to locate a venue in Williamsburg, VA to accommodate the Missile Defense Agency, Producibility and Manufacturing (MDA/DEP) Directorate Conference on July 15 – 18, 2008. (6) TECHNICAL REQUIREMENTS: Number of attendees at offsite location – 35. Meeting Room requirements: Main room – Quantity 1, seating for 35, U-shaped seating arrangement; Breakout rooms – Quantity 3, size small, needed intermittently throughout the three day conference. Floor plans for the main room and three breakout rooms shall be submitted with quote. Lodging requirements: 10 guest rooms – July 15, 2008, 35 guest rooms – July 16-17, 2008. Checkout is July 18, 2008. Meal requirements for 35 attendees each day: Continental breakfast July 16-18, 2008. Lunch – lunch in private room July 16-18, 2008. Dinner – dinner in separate dining room – July 16, 2008. Audio Visual Support: Flipchart (w/pad and markers), Quantity 3 for the main meeting room and Quantity 1 for each of the three breakout room. Screen, Quantity 1 for the main meeting room. Extension cords, as needed. Period of Performance: July 15 – 18, 2008. (7) SECURITY: A security clearance is not required in the performance of this requirement. (8) CLAUSES: The following clauses and provisions apply to this solicitation (available from http://farsite.hill.af.mil/vffara.htm): FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this solicitation. No addenda are attached. FAR 52.212-3 Alt. 1, Offeror Representations and Certifications -- Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. There are no addenda attached to this clause. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: •FAR 52.222-21, Prohibition of Segregated Facilities •FAR 52.222-26, Equal Opportunity •FAR 52.222-36, Affirmative Action for Workers with Disabilities •FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies •FAR 52.224-1, Privacy Act Notification •FAR 52.224-2, Privacy Act, applies to this solicitation. •FAR 52.225-13, Restrictions on Certain Foreign Purchases •FAR 52.232-33, Payment by EFT – CCR Additional contract requirements, terms, and conditions determined by the contracting officer to be necessary for this acquisition are: •DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses, cited are applicable to this solicitation: •DFARS 252.225-7036, Buy American Act—North American Free Trade Agreement Implementation Act—Balance of Payments Program •DFARS 252.232-7003, Electronic Submission of Payment Requests In accordance with DFARS 252.204-7004, all firms or individuals responding must be registered with the Central Contractor Registration (CCR). FAR 52.212-2, Evaluation –Commercial Items. Evaluation of Offers: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors and evaluation criteria shall be used to evaluate offers (listed in relative order of importance): Factor 1 Technical: Ability of the proposed services to meet the government’s stated technical requirements as described above. Services will be evaluated on a pass/fail basis. A proposal shall be considered unacceptable if it fails to meet any of the technical requirements as described above. Only technical acceptable offers will be evaluated further. Factor 2 Past Performance: Provide a list of two past performance references during the last three (3) years that are similar in scope to this requirement and the point of contact’s name, telephone number, and e-mail address. The government intends to evaluate only two (2) past performance references for relevancy to the scope of the requirement. If more than two (2) references are provided, the government reserves the right to select which references will be evaluated. Factor 3 Price: While the evaluated price is a substantial area to be taken into consideration in the overall integrated assessment of offers, the Government may select other than the lowest priced, acceptable offer if it is determined that the additional capability offered is worth the additional cost. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (9) INVOICING: Actual invoice instructions will be provided at time of award. (10) The resultant contract will be unrated in Defense Priorities and Allocations System (DPAS). (11) There are no applicable numbered notes to this solicitation. (12) All quotes, and questions or concerns must be e-mailed to Ms. Leslie Freeman at leslie.freeman.ctr@mda.mil and Ms. Shirlee Madeloff at shirlee.madeloff@mda.mil with a reference to the solicitation number in the subject line of the e-mail or submit by facsimile to (703) 882-6365, Attn: Ms. Leslie Freeman/Ms. Shirlee Madeloff no later than May 19, 2008, 3:00 p.m., EST. Points of contact for this action are Ms. Freeman (703) 882-6152 and Ms. Madeloff, (703) 882-6152.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=93345f1803c6e8cd9adb6f5c4eb3a751&tab=core&_cview=1)
 
Place of Performance
Address: Williamsburg, Virginia, United States
 
Record
SN01569573-W 20080510/080508221105-93345f1803c6e8cd9adb6f5c4eb3a751 (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.