Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 15, 2009 FBO #2913
SOLICITATION NOTICE

V -- Conference in Minneapolis, MN

Notice Date
11/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
3130 George Washington Boulevard, Wichita, KS 67210
 
ZIP Code
67210
 
Solicitation Number
W911SA-10-T-0015
 
Response Due
11/18/2009
 
Archive Date
5/17/2010
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
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, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W911SA-10-T-0015 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 with a small business size standard of $7.00M. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-11-18 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Darien, IL 60561 The US ACA FT McCoy requires the following items, Meet or Exceed, to the following: LI 001, Lodging in Minneapolis, MN300 Double Occupancy rooms X 2 nights = 600 rooms. Check In: 20 Nov 09 Check Out: 22 Nov 09The hotel shall offer the following ammenities: Gift Shop, Swimming Pool & Hot Tub, Exercise Room, Full Service Restaurant, Room Service, High Speed Internet, Shuttle Service to and from Airport, Parking, and be within walking distance to family restaurants. ADDITIONAL REQUIREMENT: Breakfast shall be available. The government is not responsible for room service charges, long distance phone charges, internet service charges, or movie rental charges. The government will only pay for rooms actually used. The rates must be per diem or less., 600, EA; LI 002, 5 Conference Rooms shall be required. Two conference rooms shall be provided for 350 guests each. They shall have Classroom Style setup. The third conference room shall support 100 guests. It shall have Round Table setup. The fourth room shall support 65 children. It shall have Round Table setup. The fifth room shall support 30 people. It shall be used for legal support. It shall have Classroom Style setup. Space shall be provided for 16 vendor tables as well. These rooms shall be available from 0730 until 1700 on 21 November 09 and from 0730 to 1200 on 22 November 09. Coffee and water service shall be available during the event., 1, LUMP SUM; LI 003, The 3 large conference rooms will need to have a projection screen (projector not needed), and microphone with speakers or sound capabilities. Wireless internet shall be provided to call conference rooms. The childrens conference room shall require 3 televisions and 3 DVD players., 1, LUMP SUM; LI 004, THIS CLIN IS FOR INFORMATION ONLY.If an offer is based on a teaming/partnering relationship, the offeror shall provide with its quote, all required solicitation information for all parties including a copy of the agreement of the hotel, on official hotel letterhead, and include information which identifies the responsibilities for each entity under this purchase order. The agreement shall demonstrate the existence of a relationship between firms and their agreement to provide the services required under this acquisition. If at any time during the acquisition process, the hotel becomes unavailable as proposed, any replacement agreement with a different hotel shall be submitted to the Government for consideration and approval., 1, EA; For this solicitation, US ACA FT McCoy intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. US ACA FT McCoy is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.219-28 Post Award Small Business Program Representatives, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity,52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33. Payment by Electronic Funds Transfer-Central Contract Registration, 52.222-41 Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hires, The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. DFARS Clauses 252.201-7000 Contract Officer's Representative, 252.232-7003 Electronic Submission of Pay Requirements, 252,232-7010 Levies on Contract Payments, 252.243--7001 Pricing of Contract Modification, 252.204-7003 Control of Government Personnel Work Product, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.203-7000 Requirements Relating to Compsenation of Former DoD Officials, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.247-7023 & Alt III Transportation of Supplies by Sea. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (Continental U.S.) In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL UNRESTRICTED NAICS Code and Size Standard: 721110, 7.0 M. Only qualified sellers registered in CCR and ORCA under this NACIS Code will be considered for this RFQ.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eba31b48180440055090e53f2115e873)
 
Place of Performance
Address: Darien, IL 60561
Zip Code: 60561-5000
 
Record
SN02003425-W 20091115/091113235531-eba31b48180440055090e53f2115e873 (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.