SOLICITATION NOTICE
X -- PROVIDE CONFERENCE FACILITIES AND SUPPORT SERVICES TO THE UNITED STATES COAST GUARD (USCG) IN SUPPORT OF THE ARCTIC COUNCIL OIL SPILL TASK FORCE MEETING TO BE HELD IN ANCHORAGE, ALASKA 20- 22 MARCH 2012
- Notice Date
- 2/9/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Ketchikan, 1300 Stedman Street, Ketchikan, Alaska, 99901-6661, United States
- ZIP Code
- 99901-6661
- Solicitation Number
- HSCG35-12-Q-JMX024
- Archive Date
- 2/13/2012
- Point of Contact
- Raul A Santos, Phone: 907-228-0270, Ms. Wendy J. Culbreth, Phone: (757) 287-4053
- E-Mail Address
-
raul.a.santos@uscg.mil, Wendy.J.Culbreth@uscg.mil
(raul.a.santos@uscg.mil, Wendy.J.Culbreth@uscg.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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. HSCG35-12-Q-JMX024 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-55. This is a Total Small Business Set Aside procurement; the applicable NAICS number is 721110 and the small business size standard is $30.0 million. The place of performance is Anchorage, Alaska or within fifty (50) miles of Anchorage, Alaska. The period of performance is 20-22 March 2012 with audio visual/computer network technician support (set up and teardown) on 19 and 23 March 2012. Offers are due at United States Coast Guard (USCG) Base Support Unit (BSU) Ketchikan, Alaska, by 4:00 p.m. (local Alaska time) on 12 February 2012. Questions may be directed to Raul Santos, telephone 907-228-0270 or email: Raul.A.Santos@uscg.mil. Questions after 4:00 p.m. Friday 10 February 2012 may be directed to Wendy Culbreth, 757-287-4053 Unit POC for questions during the solicitation of these services is: SK1 Caryl Seris, telephone 907-463-2099, cell 206-240-5203 or email: Caryl.L.Seris@uscg.mil. The USCG BSU Ketchikan in support of United States Coast Guard District 17 has a requirement to secure conference rooms, breakout rooms and audio visual equipment/support services for the upcoming Arctic Council Oil Spill Task Force Meeting per the below Scope of Work (SOW). SCOPE OF WORK (SOW) PROVIDE CONFERENCE FACILITIES AND SUPPORT SERVICES TO THE UNITED STATES COAST GUARD (USCG) IN SUPPORT OF THE ARCTIC COUNCIL OIL SPILL TASK FORCE MEETING TO BE HELD IN ANCHORAGE, ALASKA 20- 22 MARCH 2012 1.GENERAL REQUIREMENTS: 1.1This requirement is to secure conference rooms, breakout rooms and audio visual support services for the upcoming Arctic Council Oil Spill Task Force Meeting to be held in Anchorage, Alaska 20-22 March 2012 1.2Facility providing the conference room support and services must be in Anchorage, Alaska or within Fifty (50) miles of Anchorage, Alaska. The lodging facility must meet at a minimum the requirements of rating standards; 3 Diamond/Star rating, as referenced in AAA Travel Guide/Forbes Travel Guide (or equivalent rating system). 1.3Facility providing the conference room support and services must be able to provide 100 guest rooms for conference attendees (Approx 20 Federal Personnel and 80 Non-Federal Personnel). Conference rooms and guest rooms must be co-located. Check in will be on the 19 March 2012 with check out on 23 March 2012. Costs associated with these rooms are not a part of this order. Conference attendees will reserve and pay for these rooms themselves. 2.REQUIREMENTS: 2.1One (1) large conference/ballroom no smaller than 3,150 Sq Ft (Approx 42 X 75)to accommodate no less than 100 people with U shaped conference seating for interaction with leader seated at the head of the U. Seating at U is to only be on the outside of the tables. Tables shall be covered with table cloths. In addition provide a row of seating (no tables) behind the long sides of the U shape 2.2One (1) large conference/ballroom no smaller than 3,200 Sq Ft (Approx 80 X 40) to accommodate no less than 100 people with ten (10) 6 round tables with 10 chairs for each table. Tables shall be covered with table cloths. 2.3Three (3) break-out conference/ballrooms no smaller than 475 Sq Ft (19 X 25) to accommodate no less than 25 people with banquet seating. Tables shall be covered with table cloths. 2.4Audio Visual equipment within the large 3,150 Sq Ft U Shaped Seating Conference Room. Equipment shall consist of computer/audio visual cables, extension cords to support two (2) (attendee supplied) laptop computers at the head of the U shaped seating. In addition this room will need a projector, screen, audio visual cables and extension cords to one (1) primary (attendee supplied) Laptop at head of U shaped seating. 2.5Table, Cables (for attendee supplied Computer and Printer) and Connection to registration table either in the foyer just outside or off to the side/back within the large (U shaped seating) conference/ballroom. Table shall be covered with a table cloth. 2.6Audio Visual support within the three (3) break-out conference/ballrooms. Support shall consist of projector, screen, audio visual cables and extension cords, to support one laptop in each room. 2.7Audio visual/computer network support technician to aid in set-up on 19 March 2012, to be available for A/V support during event (dates 20-22 March 0700-1800), and aid in break down either at conclusion of event or 23 March. 3.GENERAL INFORMATION AND PAYMENT INSTRUCTIONS 3.1The contractor shall notify the contracting officer for any changes/additions, deletions and modifications to the contract prior to any execution of any work outside the Scope of Work. 3.2Submit bill/invoice on completion of services, as per instructions on the purchase order. If questions arise concerning this SOW during the solicitation phase please contact: SK1 Caryl Seris USCG Planning and Force Readiness (dxr) 907-463-2099 (wk) 206-240-5203 (cell) 907-463-2216 (fax) Caryl.L.Seris@uscg.mil POC for questions during the meeting is LT Jason Hetherington USCG Planning and Force Readiness (dxc) 907-463-2817 (wk) 907-723-0079 (cell) 907-463-2216 (fax) Jason.D.Hetherington@uscg.mil Companys quotes should include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (Feb 2012), (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (11) Company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Quotes may be faxed, 907-228-0297 ATTN: Raul Santos or emailed to Raul.A.Santos@uscg.mil The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far/ FAR 52.204-7 Central Contractor Registration (Apr 2008) FAR 52.212-1 Instructions to Offerors-Commercial Items (Feb 2012); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) is incorporated and the evaluation criteria will be pricing and delivery. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Feb 2012) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Feb 2012). The following clauses listed in 52.212-5 are incorporated: 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011)(15 U.S.C. 644); 52.222-3 Convict Labor (Jun 2003) (E.O. 11755); 52.222-19, Child Labor Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-36 Affirmative Action for Workers with Disabilities(Oct 2010); 52.222-41 Service Contract Act of 1965 (Nov 2007)(41 U.S.C.351, et seq); 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.); 52.223.18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). Department of Labor Wage Determination No: 2005-2017, Revision No: 15, Dated 06/13/2011 and its successors applies. The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. The USCG BSU Ketchikan, Alaska intends to award a Firm-fixed Price (FFP) Purchase Order using Simplified Procedures, resulting from this solicitation, to the responsible vendor whose offer conforms to this solicitation, and is determined to be most advantageous to the Government based on ability to meet requirements and price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCK1/HSCG35-12-Q-JMX024 /listing.html)
- Place of Performance
- Address: Anchorage, Alaska or within fifty (50) miles of Anchorage, Alaska, Anchorage, Alaska, United States
- Record
- SN02672430-W 20120211/120210114659-809f62df84714523426b8ad9f1c4b4bc (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 |