Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2010 FBO #3121
SOLICITATION NOTICE

X -- Conference Space and Hotel Services

Notice Date
6/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-10-T-0026
 
Response Due
6/28/2010
 
Archive Date
8/27/2010
 
Point of Contact
Jonathan Lehmann, 508-233-4124
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(jonathan.lehmann@us.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. 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. The U.S. Army RDECOM Contracting Center, Natick Contracting Division has an acquisition requirement for a firm fixed price contract for Conference Space and Hotel Services, located: Savannah, GA, San Antonio, TX, Seattle, WA, or Louisville, KY. This is a combined synopsis/solicitation W911QY-10-T-0026. The NAICS Codes for this acquisition 531120. Vendor Scope of Work: 1. Background: This training seminar consists of a full day of organizational clothing and individual equipment (OCIE) updates from the Central Management Office, HQDA G-4, DLA and Program Executive Office to provide Central Issue Facility (CIF) personnel with the latest information on OCIE, as well as a tour of a CIF. Seminar consists of two full days of Installation Support Module training and updates. Simultaneously, breakout sessions among other participants are held. Target audience is CIF Directors of Logistics, Managers, and Property Book Officers. Attendees are from throughout continental United States (CONUS) and outside continental United States (OCONUS). CRITERIA FOR FACILITY SELECTION: - Total cost - Within 50 miles of an Army military installation with a Central Issue Facility (CIF) in the following cities: Savannah, GA; San Antonio, TX; Seattle, WA; or Louisville, KY. - Hotel accommodations for 375 attendees 15-19 November 2010 at government per diem rate - Large theater style auditorium, minimum of 500 square feet, for 400 attendees 16 November - Three training rooms/classrooms (to accommodate 66 attendees/room) 17-18 November - 200 wireless network laptop computers for training 17-18 November - Network services/audio-visual support/power 16-18 November - Catering services for morning sessions 16-18 November - Proximity to international airport - Transportation/shuttle service to and from airport - Single facility/services contract - Current CCR registration - Dining, shopping, recreation within walking distance Proposals may be submitted via email to jonathan.lehmann@us.army.mil or sent by overnight or regular mail to Jonathan Lehmann c/o U.S. Army RDECOM Contracting Center, Natick Contracting Division ATTN: CCRD-NA-SY, 1 Kansas Street, Natick MA 01760-5011. Questions may be addressed to Jeffrey Bernard via email at jeff.bernard@us.army.mil. The closing time and date for quotes will not be later than 12:00 pm EDT June 28, 2010. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1 Instructions To Offerors Commercial Items; 52.212-2 Evaluation - Commercial Items with Addenda below; Addendum to 52.212-2 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 shall be used to evaluate offers: Technical capability of the item offered to meet the Government requirement (Salient Characteristics); past performance and price. Price is the most important factor. Technical is more important than Past Performance. All non-price factors, when combined, are less important than Price. 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. (End of addendum), A completed copy of 52.212-3 Offeror Representation and Certifications - COMMERCIAL ITEMS and 252.212-7000 Offeror Representations and certifications Commercial Items and 252.227-7017 Identification and Assertion of Use, Release, or Disclosure Restrictions shall be submitted with the offer or posted on ORCA at https://orca.bpn.gov/. The following Federal Acquisition Regulation (FAR) clauses also apply: 52.212-4 Contract Terms and Conditions Commercial Items..52.212-5(DEV) Contract Terms and Conditions Required to Implement Statutes Of Executive Orders - Commercial Items(Deviation), which include (i) 52.203-13 Contractor Code of Business Ethics and Conduct; (ii) 52.219-8 Utilization of Small Business Concerns; (iv) 52.222-26 Equal Opportunity; (v) 52.222-35 Equal Opportunity for Disabled Veterans; (vi) 52.222-36 Affirmative Action; (vii) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; and (viii) 52.222-41 Service Contract Act of 1965. Other FAR clauses that apply to this solicitation are: 52.204-7 Central Contractor Registration; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-6 Drug-Free Workplace; 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts; 52.225-13(Deviation) Restriction on Certain Foreign Purchases(Deviation) - (b) Except as authorized by OFAC, most transactions involving Cuba, Iran, Libya, and Sudan are prohibited, as are most imports from North Korea, into the United States or its outlying areas; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; 52.252-1 Solicitation Provisions Incoporated By Reference - the full text of a solicitation provision may be accessed electronically at this/these address(es): http://FARSITE.HILL.AF.MIL/ http://www.arnet.gov/far/; 52.252-2 Clauses Incorporated by Reference - the full text of a clause may be accessed electronically at this/these address(es): http://FARSITE.HILL.AF.MIL/ http://www.arnet.gov/far/; 52.252-6 Authorized Deviations in Clauses - The use in this solicitation or contract of any Defense Federal Acquisition Register (DFAR) (48 CFR Chapter 2 ) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses that apply to this solicitation are as follows: 252.212-7001(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items(DEVIATION) which includes 252.225-7014 Preference for Domestic Specialty Metals, Alternate I, 252.237-7019 Training for Contractor Personnel Interacting with Detainees, 252.247-7023 Transportation of Supplies by Sea, and 252.247-7024 Notification of Transportation of Supplies by Sea. Other DFARS clauses that apply to this solicitation are: 252.201-7000 Contracting Officers Representative; 252.204-7000 Disclosure of Information; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; 252.211-7003 Item Identification and Valuation, 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources As Subcontractors; 252.227-7013 Rights in Technical DataNoncomercial Items; 252.227-7016 Rights in Bid or Proposal Information; 252.227-7037 Validation of Restrictive Markings on Technical Data; 252.232-7003 Electronic Submission of Payment Requests. All provisions and clauses applicable to this solicitation may be accessed electronically at the following: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfars. To be eligible for award, all offerors must be registered in the Central Contractor Registry (CCR). Information on the CCR may be obtained at http://ccr.edi.disa.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/38d5ea570fafa8e443da56c47b09487c)
 
Place of Performance
Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02173515-W 20100611/100609235853-38d5ea570fafa8e443da56c47b09487c (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.