Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2011 FBO #3667
SOLICITATION NOTICE

X -- Conference Rooms and Equipment Rental

Notice Date
12/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USPFO for Colorado, ATTN: Mail Stop 53, 660 South Aspen Street, Building 1005, Aurora, CO 80011-9511
 
ZIP Code
80011-9511
 
Solicitation Number
W912LC-12-T-0002
 
Response Due
12/15/2011
 
Archive Date
2/13/2012
 
Point of Contact
Michael Furtney, 720-847-8680
 
E-Mail Address
USPFO for Colorado
(michael.furtney@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. Conference Room and Equipment Rental Michael Furtney Procurement Technician USPFO, Colorado (720) 847-8680 michael.furtney@us.army.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 12.6 and supplemented with additional information included in this notice. This solicitation is issued as a request for quotes (RFQ) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-54. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at http://farsite.hill.af.mil/. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation W912LC-12-T-0002 is issued as a request for quotation. Pending approval, the Colorado Army National Guard will be awarding a Firm-Fixed Price Contract for conference room and equipment rental. This solicitation is set aside for small businesses. NAICS Code 721110, $30.0 Million Solicitation Closes: Wednesday, 15 Dec 2011 at 6:00am MDT All quotes must be received electronically by email to michael.furtney@us.army.mil by the closing date and time. All questions must be emailed to the email address listed above. Award Information: All responsible quotes received by the closing date and time will be considered for award. To be eligible for award for this solicitation, the offeror must be registered in the Central Contractor Registry at (www.ccr.gov). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers. Technical capability, Price, Past Performance, socioeconomic status, and item characteristics and company initiatives supporting environmental protection programs. All evaluation factors other than price, when combined, are approximately equal to price. Open Market pricing is required. Requirements 1. The Colorado Army National Guard Safety & Occupational Health Office is coordinating hotel accommodations for the Aviation/Ground Safety Conference for the weekend of 11-12 February 2012. 2. The specific requirements for the weekend are: a. Hotel must be located in Colorado in the Westminster-Broomfield area. b. One large room large enough to accommodate 360 people in crescent rounds (11-12 February 2012, 0600-1700 or 10.5 hours usage ending NLT 1700). Room must have at least 18' ceilings, and can later be divided into two rooms large enough to accommodate 230 people in one room, and 130 in the other on 12 February 2012, 1300-1700 or 4 hours usage ending NLT 1700 (1) Enough screens, large enough to be viewed by all 360 people, and viewed by all people in each room when room is divided into two rooms. (2) Projection onto all screens. Need the ability to project independent classes when room is divided. (3) Sound system for large room, but capable of two independent sound systems when room is divided into two rooms. (4) Two wireless/lavaliere microphones with transmitters connected to sound system. (5) T-1 (minimum) High Speed Internet. (6) Cables and A/C outlets to support A/V needs (taped down near walk area). (7) Stage in the front of the room at least 12'x16'x24'. (8) Two podiums on the stage. c. One separate room to accommodate 30 people and computer equipment in close proximity to the large room. We will bring our own projector to reduce cost. (11-12 February 2012 0630-1700 or 10.5 hours usage ending NLT 1700. (1) Tables and chairs with classroom style seating. (2) One 10 foot video screen. (3) Cables and A/C outlets to support A/V needs. (4) One podium. d. One storage room. e. Free Parking for approximately 360 cars. f. Welcome area with 15 sign in tables in front of general conference area with wireless internet. g. Direct coordination with hotel 24/7 available from date of award through completion of the conference. h. Complimentary assorted beverages, to include coffee & tea, and breakfast breads for morning, and coffee, iced tea, lemonade and cookies for the afternoon. Have water available for the whole day. All responsible quotes must be broken out by costs associated in the following categories. The federal government is tax exempt. 1. Room rental charge for large conference room (item 2b) 2. Room rental charge for small room (item 2c) 3. AV equipment and accessories rental (as described in items 2b and 2c) 4. Other equipment and charges as necessary If third-party vendors or event planners bid on event, they must have a minimum of one employee present on location for the entire event at no additional expense to the government or hotel. Additionally, they must be willing to attend planning meetings as required at no additional expense to the government or host hotel. Vendor must have a Green Initiatives program in place and include this information with their proposal. Third-party vendors must demonstrate Green Initiatives within your own company as well as the location submitted. Vendor must include use of reusable tableware/utensils/napkins whenever practical. Any disposable tableware used should include a minimum 72% bio-based content. This will be part of our evaluation criteria. The following FAR clauses are applicable to this acquisition: Clause at 52.202-1, Definitions Clause at 52.204-7, Central Contractor Registration Clause at 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards Clause at 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. Provision at 52.212-1, Instructions to Offerors - Commercial Items. Provision at 52.212-2, Evaluation -- Commercial Items. Provision at 52.212-3 ALT 1, Offeror Representations and Certifications -- Commercial Items. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. The following additional FAR clauses apply to this acquisition; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.223-15 Energy Efficiency in Energy Consuming Products; 52.225-1, Buy American Act-Supplies ; 52.222-41, Service Contract Act of 1965 Clause at 52.223-18, Contractor Policy to Ban Text Messaging While Driving Clause at 52.225-13, Restriction on Certain Foreign Purchases Clause at 52.232-1, Payments Clause at 52.243-1 Alt 1, Changes-Fixed Price Clause at 52.247-29, F.O.B. Clause at 52.252-2, Clauses incorporated by reference (www.arnet.gov/far or www.farsite.hill.af.mil) Clause at DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. The following additional DFAR clauses apply to this acquisition; DFAR 252.203-7000, Requirements relating to Compensation of Former DoD Officials. Clause at DFAR 252.203-7002, Requirement to Inform Employees of Whistleblower Rights. Clause at DFAR 252.232-7003, Electronic Submission of Payments and Receiving Reports. Clause at DFAR 252.232-7010, Levies on Contract Payments Clause at DFAR 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA05/W912LC-12-T-0002/listing.html)
 
Place of Performance
Address: USPFO for Colorado ATTN: Mail Stop 53, 660 South Aspen Street, Building 1005 Aurora CO
Zip Code: 80011-9511
 
Record
SN02634840-W 20111209/111207234200-742c2100fcad2cf8428b2cb5242f6ada (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.