SOLICITATION NOTICE
X -- Government Conference at Atlantic City, New Jersey (17-19 November 2009)
- Notice Date
- 9/13/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721120
— Casino Hotels
- Contracting Office
- Army Reserve Contracting Center - East, 5418 South Scott Plaza, Fort Dix, NJ 08640-5097
- ZIP Code
- 08640-5097
- Solicitation Number
- W911S1-09-T-0051
- Response Due
- 9/23/2009
- Archive Date
- 11/22/2009
- Point of Contact
- James Mote, 609-562-2695
- E-Mail Address
-
Army Reserve Contracting Center - East
(james.mote@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for a commercial supply prepared in accordance with the format in FAR Subpart 12.6 and 13.5, 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. This is a Request For Quote (RFQ) and the solicitation number is W911S1-09-T-0051. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 effective 12 June 2008. FedBizOps Numbered Notes per FAR Part 5.207-13(e) apply: 12 and 13. The North American Industry Classification System code (NAICS) is 721120, Casino Hotels. The Standard Industrial Classification (SIC) is 7011, Hotels and Motels. This requirement is unrestricted. A firm fixed price contract will be awarded. DESCRIPTION OF REQUIREMENT: Objective The goal of the Government is to conduct an off-site conference in Atlantic City, New Jersey from 17-19 November 2009 for approximately twenty-three (23) personnel. Support Objectives 1. Lodging will be for approximately twenty-three (23) guests. 2. Utilize one conference room, in the same facility these persons will be lodging, large enough to accommodate approximately twenty-three (23) government personnel comfortably. a. Conference room dates/times: i. Tuesday, 17 Nov 09: 7:30am-5:00pm ii. Wednesday, 18 Nov 09: 7:30am-5:00pm iii. Thursday, 19 Nov 09: 7:30am-12:00pm b. Seating style preferred: U-shaped c. Table linens: Vendor provide table linens and replace them when/if they become soiled 3. Provide morning and afternoon break service. a. The vendor provides all labor, supplies, equipment, light refreshments, beverages and supervision necessary to provide morning and afternoon breaks for conference participants i. Precise times for breaks shall be finalized by the Government prior to commencement of the conference ii. Upon contract award, agenda times, menu selections for morning and afternoon break services shall be finalized by the Government b. The vendor shall submit proposed morning and afternoon break menus with proposal 4. Provide the use of audio visual equipment and technical support for this equipment throughout the entire conference. a. Overhead Projector: Vendor shall provide one (1) LCD Overhead Projector for the government to use for computer presentations b. Screen for Presentations: Vendor shall provide one (1) screen for computer presentations. Screen shall be appropriate size for room/audience c. Podium: Vendor shall provide one (1) podium to include microphone and light d. Notepads/Easels: Vendor shall provide two (2) three-feet by five-feet (3x5) notepads (20 minimum pages per notepads) with two (2) easel/stands to hold notepads. Easels shall stand independently and be tall enough for all attendees in U-shaped configuration to see presentations. e. Cabling: Vendor shall provide cabling to be used to connect laptop computer (STD 15PINSVGA Port) to projection system. Cabling connection will be used to enable presenters to display Power Point presentations. f. Microphones: Vendor shall provide two (2) voice amplification systems that allow speaker(s) to move around conference room area. The preferred method is with clip on microphones that allow both microphones to work simultaneously. g. Audio Requirements: Audio from DVD presentations or DVD video must be integrated into the existing sound system in the Conference Room. h. Copier and facsimile: Vendor shall have a copier and facsimile on their premises for use by government personnel when/if necessary. 5. Provide technical support for Equipment and Audio Visual Requirements. a. Vendor shall be responsible to repair/replace any vendor-owned equipment within 30 minutes of notification by government personnel. Customer Service 1. Vendor shall reserve a block of rooms for approximately twenty-three (23) single lodging rooms for attendees. 2. Check-In, 3:00pm Monday 16 November, all day Tuesday, 17 November 2009 through Thursday, 19 November 2009. 3. Vendor shall indicate availability of smoking/non-smoking rooms. 4. Vendor shall indicate availability of Handicap accessible rooms. 5. All rooms must have air conditioning/heat that is functioning properly. 6. All rooms must have internet access at no additional cost to the government. 7. Attendees are responsible to make their own room reservations and pay for their own rooms. 8. Vendor shall provide a phone number for attendees to make room reservations upon award of contract. 9. Vendor shall guarantee reservations/attendees late arrivals by attendees major credit card. 10. The Government will not be penalized or charged for the rooms of attendees who cannot arrive on the afternoon of Monday, 16 November 2009. In the event an attendee does not arrive on Monday, 16 November 2009, attendees will only be charged for the number of nights in which they make their reservations. The Government will not be penalized if twenty-three (23) attendees do not attend the Conference on the evening of Monday, 16 November 2009, as long as the hotel has been notified within their policy time constraints. 11. Vendor shall provide complimentary vehicle parking for all attendees. Buffet Style Dinner 1. Vendor shall provide labor, room, food and beverages for approximately twenty three (23) participants. Any taxes and gratuities shall be included in the cost. Setup shall include a buffet and beverage station as a minimum. Food shall include an assortment of hot and cold items. 2. Buffet Dinner will be held on Wednesday, 18 November 2009. The Buffet Dinner will commence at approximately 5:30 pm and end at 7:00 pm. 3. Attendees are responsible to pay for their individual Buffet Style Dinner. The Contractor shall be responsible to bill this item to each attendees room. 4. Attendees are responsible to pay for any beverages that are not included in the price of the buffet (i.e. alcoholic beverages). 5. Upon award of contract agenda times, menu selections for Buffet Style Dinner will be finalized by the Government. 6. Vendor shall submit proposed Buffet Style Dinner menu(s), cost per individual attendee for Buffet Style Dinner, and location for Buffet Style Dinner with their proposal. Additional Requirements 1. Vendor establishes a lodging rate for government personnel attending this conference no higher than the established maximum allowable government accomomodation rate. 2. All vendors providing quotes shall be registered in the following systems: a. Wide Area Workflow (WAWF): https://wawf.eb.mil/ b. Central Contractor Registration (CCR): http://www.ccr.gov/ c. Online Representations and Certifications Application (ORCA): https://orca.bpn.gov/ Proposal/Quote Submittal Requirements 1. Vendors shall submit a list of all individual costs identified above to include a grand total as a part of their proposals. 2. There is no specific mandatory format established for submission of proposals. 3. All vendors shall submit their quotes no-later-than (NLT) 23 September 2009 at 4:00pm Eastern Standard Time (EST). No quotes will be accepted after 4:00pm EST on 23 September 2009. 4. Preferred mode of delivery for proposals is email or fax, but physical mailing is allowed. 5. Mailing address: Mission and Installation Contracting Command (MICC), Attn: MAJ Mote, South Scott Plaza Bldg. 5418 (2nd Floor), Fort Dix, New Jersey 08640. 6. Point of contact for this requirement is Major James Mote at commercial (609)562-2703, fax (609)562-3625, email: james.mote@conus.army.mil. Additional Information 1. This requirement is subject to the Availability of Funds (FAR Clause 52.232-18). 2. Award will be made to the proposal that offers the best value to the government. 3. The Government also reserves the right to make no award at all. 4. All vendors shall submit their quotes no-later-than (NLT) 23 September 2009 at 4:00pm Eastern Standard Time (EST). No quotes will be accepted after 4:00pm EST on 23 September 2009. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-2 Evaluations- Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-28, FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7024, Notification of transportation of Supplies by Sea. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendors must also be registered in Wide Area Work Flow (https://wawf.eb.mil/) to receive payment through electronic funds transfer.If you are not currently registered, please visit the link provided to complete your registration. DEADLINE: Offers are due on 23 SEPTEMBER 2009 at 4:00pm Eastern Standard Time (EST). Submit offers or any questions to the attention of Major James Mote, Mission and Installation Contracting Command (MICC), via commercial phone at (609)562-2703 or email to james.mote@conus.army.mil. This requirement is subject to the Availability of Funds in accordance with FAR Clause 52.232-18).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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ15/W911S1-09-T-0051/listing.html)
- Place of Performance
- Address: Army Reserve Contracting Center - East 5418 South Scott Plaza, Fort Dix NJ
- Zip Code: 08640-5097
- Zip Code: 08640-5097
- Record
- SN01952895-W 20090915/090913233036-b82bc9f88acf0fd0440121931965f3bf (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 |