SOLICITATION NOTICE
X -- RENTAL OF CONFERENCE SPACE
- Notice Date
- 2/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY-10-T-0085
- Response Due
- 2/19/2010
- Archive Date
- 4/20/2010
- Point of Contact
- Wanda M. Cross, 256-895-1988
- E-Mail Address
-
USACE HNC, Huntsville
(wanda.m.cross@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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. COMBINED SOLICITATION/SYNOPSIS: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 13 (Simplified Acquisition Procedures) and Subpart 12.6 (Streamlined Procedures for Commercial Items), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; the solicitation number is W912DY-10-T-0085. The U.S. Army Corps of Engineers, Huntsville Engineering and Support Center intends to award a Firm-Fixed-Price contract for Rental of Space to host an Environmental Conference 10-12 August 2010 in Warrenton, Virginia. The North American Industrial Classification System (NAICS) code for this solicitation is 721110 with small business size standard of $7.0 million. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. DEADLINE FOR QUOTE: All quotes must be received by 3:00 p.m. Central Standard Time, 19 February 2010. Quotes received after this time will not be considered. STATEMENT OF WORK (SOW): Please see the Statement of Work below for details and specifications for each line item. The Contractor shall propose the following Contract Line Item Numbers (CLINS): CLIN 0001 Conference room rental and Audio/Visual equipment use and support, in accordance with the Statement of Work ____________ CLIN 0002, Box lunch x 100 persons x 2 days = _________. CLIN 0003 Continuous Refreshments 100 persons x 2 days = ________. Total Price ____________. Conference Room Rental Statement of Work (SOW) The total proposed price shall be all inclusive. The period of performance is 10-12 August 2010. 1. Scope: The vendor shall host 100 personnel for a U.S. Army Corps of Engineers Environmental Conference to be held 10-12 August 2010 in Warrenton, Virginia. 2. Contractor Qualifications and Specifications: The vendor shall be located in Warren, Virginia. The vendor shall be capable of providing all services and facilities listed in this SOW on premise. 3. Meeting Space: Contractor shall provide one General Session conference room to seat 100 personnel comfortably. Contractor shall provide diagram of proposed meeting room. General Session meeting room required on a 24-hour basis with meeting room setup to be determined before award of a contract. The room shall be equipped with an audio equipment to include LCD projector, projection screen, podium & microphone, hand-held corded microphone, two flip charts, whiteboard, DVD/VHS player, Wireless Slide Advancer, pen and pads, and on-site technical support available throughout the course of the conference. Vendor shall provide computer connectivity with audio and video capability for government provided computers. 4. Continuous refreshments: The vendor shall provide a variety of choices to include: fruit, yogurt, pastries, coffee, tea, decaffeinated coffee, hot tea, assorted soda, water, and cookies. -END OF STATEMENT OF WORK- PROVISIONS AND CLAUSES: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The Government intends to include the following FAR and DFARS clauses and provisions, either by reference or in full text in the resulting award. NOTE: The FAR and DFARS clauses may be accessed in full text at http://farsite.hill.af.mil/. Provisions: 52.212-1 - Instructions to Offerors - Commercial Items (June 2008), 52.212-2 - Evaluation Commercial Items (Jan 1999), 52.212-3 - Offeror Representations and Certifications Commercial Items (June 2008), 52.204-7 Central Contractor Registration (Apr 2008), 52.212-4 Contract Terms and Conditions Commercial Items (Mar 2009), 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Feb 2010), 52.219-28 Small Business Representation (Apr 2009), 52.222-3 Convict Labor (June 2003), 52.222-21 Prohibition of segregated facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-36 - Affirmative Action for Workers with Disabilities (June 1998), 52.222-50 - Combat Trafficking in Persons (Feb 2009), 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), 52.232-33 - Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003), 52.252-2 - Clauses Incorporated by Reference (Feb 1998), 252.204-7004 Alt A Central Contractor Registration (Sep 2007), 252.212-7001 Contract Terms and Conditions required to implement statues or executive orders (Nov 2009), 252.225-7001 Buy American Act and Balance of Payments (Jan 2009), 252.225-7002 - Qualifying Country Sources as Subcontractors (Apr 2008), 252.232-7003 - Electronic Submission of Payment Requests (March 2008) BASIS FOR AWARD: The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical, price and past performance. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. All responses must be received by 3:00 p.m. Central Standard Time on 19 February 2010. Quotes received after this time will not be considered. Quotes may be e-mailed to wanda.m.cross@usace.army.mil. Questions concerning this solicitation may be addressed to Wanda Cross, Contracting Specialist, and e-mailed to wanda.m.cross@usace.army.mil; all questions or inquires must be submitted in writing prior to 10:00 a.m. Central Standard Time, 18 February 2010. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-10-T-0085/listing.html)
- Place of Performance
- Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
- Zip Code: 35807-4301
- Zip Code: 35807-4301
- Record
- SN02065965-W 20100218/100216234524-045efd992718691124d0d021686d18a7 (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 |