SOLICITATION NOTICE
99 -- 2005 AFROTC NASA ENGINEERING PROFESSIONAL DEVELOPMENT PROGRAM
- Notice Date
- 3/6/2005
- Notice Type
- Solicitation Notice
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- Reference-Number-f73DAW50271400
- Response Due
- 3/18/2005
- Archive Date
- 4/2/2005
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation number F73DAW50271400 is being issued as Request for Quotation (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR 13.5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-26, AFAC 2005-0209, AETC FAR Sup 2003-7, Defense Federal Acquisition Regulation Supplement, and Defense Change Notice (DCN) 20050222. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. This acquisition is 100% set-aside for small business. The North American Industry Classification System code is 721110 with a small business size standard of $6mil personnel. Line Item 1400: 2005 AFROTC NASA Engineering Professional Development training Program required to lodge 12 Cadets. Session 1 will be 5 cadets from 5 JUN 05-1 JUL 05 a total of 27 Calendar Days, Session 2 will be 5 cadets from 10 JUL 05-5 AUG 05 a total of 27 Calendar Days, and Session 3 will be for 2 cadets and lodged for the duration of the program which is 5 JUN 05-5 AUG 05, a total of 62 Calendar days. Line Item 1401: Cost for Breakfast and Dinner. To be provided by hotel for each cadet for duration of their stay. Lunch on weekends and any federal holidays during their stay, i.e. 4th of July. Line Item 1402: Transportation in the mornings shall depart NLT 7:00 AM (Monday-Friday), depending on distance to travel, recommend Not More than 15-30 Min travel time. Evening transportation is to be available from the NASA Johnson Space Center and Neutral Buoyancy Laboratory upon request (Monday-Friday). THE FOLLOWING IS THE STATEMENT OF WORK FOR THIS REQUIREMENT: Accommodations:1.1. Rooms. Hotel shall reserve rooms for 7 Air Force Reserve Officer Training Corp (AFROTC) Cadets for Professional Development Training (PDT) in Houston Texas. The program will be divided into two sessions: Session I: 5 June ? 1 July and Session II: 10 July ? 5 August. 2 of the 7 cadets will stay for the entire duration 5 June ? 5 August (62 days). 1.1.1. Hotel rooms shall be reserved for check-in for Session I on Sunday, 5 June 2005, and checkout on Friday, 1 July 2005. Rooms shall be reserved for check-in for Session II on Sunday 10 July, and checkout on Friday, 5 August. Rooms shall be reserved for two cadets from 5 July- 5 August. 1.1.2. The reserved rooms are not to be released without the knowledge of HQ AFROTC/DOT (Maj. Michael Riley or Capt. Jeffery Weak Main POC?s for Camp). In an effort to reduce overall costs, cadets may be booked as double occupancy provided they are of the same gender. Meals. Meals are to be provided by the hotel two times each day ? breakfast and dinner, every day for the entire duration. Additionally, lunch shall be provided on the weekends (Saturday and Sunday) and on 4 July, 2005. 2.0 Available Hotel Services should consist of, but are not limited to: Transportation: Transportation in the mornings shall depart NLT 7:00 AM (Monday-Friday), depending on distance to travel, recommend Not More than 15-30 Min travel time. Evening transportation is to be available from the NASA Johnson Space Center and Neutral Buoyancy Laboratory upon request (Monday-Friday). 2.2. Fitness facility. The hotel should have an on-site fitness facility free of charge for hotel guests or included in room fee, 24-hour access for all cadets. The fitness facility should have both cardio and weight training equipment. 2.3. Location. The hotel shall be within 15-30 mins of the NASA Johnson Space Center, Houston, Texas. 2.4. Telephone Calls. The hotel should include free local calls for all cadets. 2.5 On-site representative. The offeror shall provide name, title, and contact information for an on-site representative to directly engage and/or respond to on-site issues real-time. This individual must be employed by the offeror and must be readily available during all conference activities. 3.0. Personal Charges: 3.1. HQ AFROTC will pay for rooms (to include late check out fees). However, incidental room charges for (including, but not limited to) room service, long-distance/Internet charges, movies, etc. will be charged to the individual member. Each member is responsible for pre-arranging with the hotel, payment for incidental charges ? if the individual provides a personal credit card. 4.0 Selection Criteria THE INFORMATION CONTAINED HEREIN WILL BE EVALUATED BASED UPON PRICE AND TECHNICAL ACCEPTABILITY TO DETERMINE THE BEST VALUE FOR THE GOVERNMENT. 4.1. The offeror should address Statement of Work paragraphs 2.0 through 2.6 with a detailed explanation of conformance to the SOW (without repeating exact verbiage from the SOW). In determining best value, the government will consider the following: the number and variety of on-site food & beverage options, quality and extend of fitness facility (cardiovascular equipment, weight equipment, pool, sauna, etc.). 5.0. Offer submission. 5.1. The offeror shall submit firm-fixed pricing for all line items listed on the attached price schedule in accordance with appropriate Statement of Work (SOW) paragraphs. SEE ATTACHED file for sample proposal of pricing structure. PERIOD OF PERFORMANCE: 62 Calendar Days POINTS OF CONTACT INFORMATION: If you have any questions regarding this request, feel free to contact TSgt Derrick Percival @ 334-953-6218, E-mail: derrick.percival@maxwell.af.mil. Any questions regarding this request for proposalyou should contact the following individuals TSgt Derrick Percival @ 334-953-6218 or E-mail @ derrick.percival@maxwell.af.mil or Mrs. Barbara Dobbins @ 334-953-6776 or E-mail @ barbara.dobbins@maxwell.af.mil. Offerors responding to this requirement, must include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Jan 2005) (this must be completed on http://orca.bpn.gov ), DFARS 252.212-7000, Offeror Representation and Certifications-Commercial Items (Nov 1995), and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation. Clauses and provisions may be accessed via the internet, https://farsite.hill.af.mil or http://www.arnet.far.gov . The following clauses and provisions are incorporated by reference IAW FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) and remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors-Commercial Items (Jan 2005), applies to this acquisition. The contractor must be registered in the Central Contractor Registration (CCR) database IAW DFAR 252.204-7004 Required Central Contractor Registration (Nov 2003). The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003), is incorporated into this RFP and is addended to add the following clauses: 52.219-6, Notice of Small Business Set-Aside (Jan 2003), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (Jan 2005), is applicable. The following FAR clauses under paragraph (b) are applicable: 52.222-3, Convict Labor (Jan 2003), 52.233-3, Protest after Award (Aug 1996), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36, Affirmative Action for Workers with Disabilities (Jan 1998), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). The following FAR clauses also apply to this combined synopsis/ solicitation: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jun 2004), 52.223-5 Pollution Prevention and the Right-to-Know Information (Aug 2003), 52.252-6, Authorized Deviations in Clauses (Apr 1984), 52.247-64 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Apr 2003), applies, 52.253-1, Computer Generated Forms (Jan 1991). The following DFARS clauses under paragraph (a) and (b) are applicable: 252.204-7003, Control of Government Personnel Work Product (Apr 1992), 252.225-7001, Buy American act and Balance of Payments Program (Apr 2003); 252.225-7002, Qualifying Country Sources as Subcontractors (Apr 2003) 252-225-7012, Preference for Certain domestic Commodities (Jun 2004); 252.232-7003, Electronic Submission of Payment Requests (Jan 2004), 252.243-7002, Request of Equitable Adjustment (Mar 1998), 252.247-7023, Transportation of Supplies by Sea (May 2002), 252.247-7023 (Alt III) (May 2002), 5352.242-9000 Contractors access to Air Force Installations (Jun 2002) are also applicable. REQUEST ALL PROPOSAL REACH THIS OFFICE NLT 1500 hrs, 18 March 2005, and must be able to respond to the information contained herein. Offers may be mailed to 42d Contracting Squadron, Acquisition Flight B, Building 804, Maxwell AFB AL 36112-6334, ATTN: TSgt Derrick Percival, fax number (334)-953-3543, or E-mail to derrick.percival@maxwell.af.mil or Ms. Barbara Dobbins fax number (334)-953-3543 or E-mail @ barbara.dobbins@maxwell.af.mil. Quotations must meet all instructions put forth in this combined synopsis/solicitation. Award will be made to a single source. Reference the solicitation number and provide a delivery date on the quotation. Please email any questions to TSgt Derrick Percival, Contract Specialist or Barbara Dobbins, Contracting Officer.
- Place of Performance
- Address: NASA JOHNSON SPACE CENTER AND NEUTRAL BOUYANCY LAB, Houston, TX
- Zip Code: 77058
- Country: USA
- Zip Code: 77058
- Record
- SN00763575-W 20050308/050306211512 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |