Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2009 FBO #2728
SOLICITATION NOTICE

X -- Conference Facilities and Services IMCOM IPR East

Notice Date
5/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, Mission & Installation Contracting Center – Fort Sam Houston, Mission & Installation Contracting Center ? Fort Sam Houston, Directorate of Contracting, 2107 17th Street, Bldg. 4197 , Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W9124J-IMCOM-E
 
Response Due
5/19/2009
 
Archive Date
7/18/2009
 
Point of Contact
shariyun.alberty, 210-221-3736<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 13.5 and 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. Solicitation number is W9124J-IMCOM-E and is issued as a Request for Proposal (RFP). This acquisition is full and open competition. The NAICS Code is 721110. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-2, Evaluation-Commercial Items. Award will be made to the lowest priced vendor meeting or exceeding the requirements set forth in the Performance Work Statement (PWS); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.222-41, Service Contract Act of 1965, as amended; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.252-1, Solicitation Provisions Incorporated by Reference; 252.201-7000, Contracting Officers Representative; 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items and 252.232-7003, Electronic Submission of Payment Requests. The Mission and Installation Contracting Command Center Fort Sam Houston intend to award a Firm Fixed Price Purchase for Conference facilities in Williamsburg/Newport News, Virginia area. Inspection and acceptance is by the Government at the Hotel site. Conference Dates are 20 July 2009 through 24 July 2009. Offerors are required to upload provision FAR 52.212-3 Offeror Representations and Certifications Commercial Items into ORCA, https://orca.bpn.gov/, before proposal is submitted. The proposal must include Solicitation Number, Business size, discount/payment terms, and be signed by an authorized company representative. Offeror must include Taxpayer Identification Number (TIN), Cage Code, address, and be Central Contractor Registration (CCR) registered, http://www.ccr.gov/Default.aspx. All offers are due on 19-May-2009 at 4:00 PM Central Time. All responsible sources may submit a proposal. Submit offers and questions via email to Shariyun.alberty@us.army.mil and Brenda.johnson12@us.army.mil. Performance Work Statement: 1. INTRODUCTION: This is a non-personal service for conference facilities, and other services to be provided to the Installation Management Command (IMCOM), also referred to herein as the Government. The conference will begin Monday, 20 July 2009 through Friday, 24 July 2009 in Hampton Roads VA. 1.1 The anticipated attendance is 150 people for the Training Support System (TSS) East Theater IPR conference. This is a biennial meeting that supports the Headquarters Department of the Army (HQDA) G-37 TR, US Army Training and Doctrine Command (TRADOC): Army Training Support Center (ATSC)/National Simulation Center (NSC), and HQ IMCOM/garrisons Training Support System (TSS) Mission Essential Requirements (MER) Update and Program Objective Memorandum (POM) Fiscal Year (FY) 12-17 preparations. Attendees include GS-15/ O-6 through GS-12/O-3 (Civilian/Military line officers) and consist of garrison personnel responsible for the execution of training support on garrisons and mission personnel responsible for the execution of training support in their domain and the identification of training needs and issues. Most attendees will be garrison/mission personnel briefing the TSS Enterprise, Execution/Execution and Mission Commands, Execution Supporting Commands, and Supported Commands. 2. GENERAL REQUIREMENTS: 2.1 The vendor should be within 10 miles of Williamsburg/Newport News International Airport and within 10 miles of Ft Eustis to allow use of facilities as needed. 2.2 The IPR conference will require a total of 7 meeting rooms (preferably on the same floor). The general sessions will be held Monday/Wednesday mornings from 8:30am to 10:30am. The breakout sessions immediately follow the general session and continue until 6:00pm. Tuesday/Thursday meetings are a continuation of the breakout sessions, time: 7:30am-6:00pm. Fridays meeting will run from 7:30am-5:00pm. 3. The audio visual requirements are as follows: - Podium Mic w/ Mixer for House Sound QTY 4 (1 ea for 4 mtg room w/ 25 or more people) - Screens ( 8) QTY 11 - Sharp XR10 2000 Lumens DLP Projector QTY 11 - IBM compatible Laptop Computers w/ mouse QTY 15 - AV switch QTY 4 (for 2 projectors in SRP, ITAM, and STSP; and 3 for BCTC) - Back up laptop and LCD, on-site QTY 1 ea - Extension cords QTY 15 - Power strips QTY 30 Admin Room: Govt supplies paper - Heavy duty copier (5 days) (Copystar CS-4030 Digital Copier or equivilent) - Color Laser Printer (5 days) (Kyocera FS-C5016N Color Printer or equivilent) - Wireless router in Admin Room - 1 internet drop in Admin Room - 1 internet drop in each meeting room (only if necessary) - 1 AV Support Tech available, as needed (5 days) - Set Up / Tear Down Labor - Pick Up / Delivery / Shipping of equipment as required 4. MEETING ROOMS: 4.1 All rooms require U shaped seating. Rooms with greater than 25 people (listed below in paragraph 4.3) will have theatre style seating behind the U shaped table to accommodate the additional personnel. General Session/Breakout rooms must have 12 foot (or above) ceilings. Admin/Sidebar rooms must have 8 foot (or above) ceilings. Meeting rooms require AV equipment/support; an AV Set-up is defined as projector/laptop/screen. 4.2 General Session Room will hold approx 150 people Monday/Wednesday 8:30am-10:30am 4.3 Breakout Rooms-Monday Thursday -- SRP Meeting Room (50 people) approx 2,500 SF (2 AV set-ups) -- Soldier Meeting Room (50 people) approx 2,500 SF (2 AV set-ups) -- Battle Command Meeting Room (50 people) approx 2,500 SF (3 AV set-ups) -- ITAM Meeting Room (25 people) - approx 1,100 SF (2 AV set-up) -- Sidebar Meeting Room 1(15 people) - approx 900 SF (1 AV set-up) -- Sidebar Meeting Room 2 (15 people) - approx 900 SF (1 AV set-up) -- Admin Room approx 1,200 SF (four laptops (2 with internet connectivity) and one color and black/white printer) and a Business style Copy Machine) 4.4 Breakout Rooms Friday -- Meeting Room (50 people) approx 2,500 SF (2 AV set-ups) -- Meeting Room (15 people) - approx 900 SF (1 AV set-up) -- Meeting Room (15 people) - approx 900 SF (1 AV set-up) -- Admin Room approx 1,200 SF (four laptops (2 with internet connectivity) and one color and black/white printer) and a Business style Copy Machine) 5. REGISTRATION SPACE: 5.1 Space is required for one centrally located registration counter 0730, 22 June 2009 through 1200 26 June 2009. 6. LODGING/MISC: 6.1 Individuals will make their own hotel reservations. 6.2 Complimentary concessions (if available): Morning: Coffee (caffeinated/decaffeinated), Tea, Water. Afternoon: Coffee (caffeinated/decaffeinated), Tea, Water, Soda, Cookies. 6.3 Event signage permitted in public areas of hotel. 7. SECURITY: The Government will inspect the Contractors facilities. The Contractor shall make its security plan available when requested. Any contract award is contingent upon certification by a force protection inspection, if required. 8. DAMAGE BEYOND FAIR WEAR AND TEAR: Whenever equipment is returned to the Contractor with damages considered over and beyond fair wear and tear, the Contractor shall prepare and submit a written and detailed estimate to the contracting officer for the cost of labor and parts necessary to repair the equipment to its original condition when the U.S. Government accepted it. No repair work on any damaged equipment will be performed until authorized in writing by the Contracting Officer. The Contractor is cautioned that any repairs accomplished without the Contracting Officer's authorization is done at its risk\expense and will not be reimbursed by the U.S. government. 9. INVOICES/PAYMENT INFORMATION: Contractor acknowledges that payment for services listed herein shall be paid for by DFAS and submitted through the wide area workflow (WAWF) at the end of the conference. 10. CHANGES TO CONTRACT: The only person authorized to make changes to the contract is the Contracting Officer. Failure to clear changes in contract with the Contracting Officer IN ADVANCE of providing service will result in the Government not being responsible for the charges, and non-payment to the Contractor. The Contractor will only take change orders from the Contracting Officer. Purchases or changes from unauthorized persons will result in the Contractor not receiving payment for costs incurred. 11. Contractor Manpower Reporting (CMR): The Contractor is required to report all Contractor manpower (including subcontractor manpower) required for the performance of this contract. The Contractor is required to completely fill in all the required fields in the reporting system using the following web address: https://cmra.army.mil/. The requiring activity will assist the Contractor with the reporting requirement as necessary. The Contractor may enter reports at any time during the reporting period, which is defined as the period of performance not to exceed 12 months ending 30 September of each government fiscal year. Reporting must be completed no later than 31 October for every year or part of a year for which the contract is in place. Proposals must be received by 19 May 2009 4:00pm Central Time and reference solicitation number W9124J-IMCOM-E. Proposals shall be E-Mailed to Shariyun.alberty@us.army.mil and Brenda.johnson12@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/spg/USA/DABK/DABK33/W9124J-IMCOM-E/listing.html)
 
Place of Performance
Address: Mission & Installation Contracting Center ? Fort Sam Houston Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX<br />
Zip Code: 78234-5015<br />
 
Record
SN01816917-W 20090516/090514215841-51d816f1ac4e7eb1fb3b85ed96654ba0 (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.