Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2006 FBO #1619
SOLICITATION NOTICE

R -- Non-Personal Offsite

Notice Date
5/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
561499 — All Other Business Support Services
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, Procurement and Contracts In Support of Information Services (ACI), Attn: ACI Mail Stop D-88 4600 Sangamore Road, Bethesda, MD, 20816-5003
 
ZIP Code
20816-5003
 
Solicitation Number
OGC88860860100
 
Response Due
5/10/2006
 
Archive Date
5/25/2006
 
Description
Synopsis/Solicitation This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented by additional information included in this notice. Offsite Facility, line item 0001, period of performance, September 20, 2006 to September 22, 2006. Requirements include: 1) Facility with conference room to accommodate 40-45 people complete with A/V package, including speaker systems and microphones/the ability to accommodate PowerPoint briefings, DVDs and cads; 2) Use of multiple breakout rooms or areas; 3) Location to be between 50-150 miles from Bethesda, Maryland; 4) Availability from 20-22 September, 2006, for two-nights lodging including food for all attendees; First day: Check-in @ 3p.m., seminar 4-6p.m., cocktails @ 6p.m.(cash bar), dinner @ 7p.m., after dinner meeting; Second day: Breakfast @ 7:30a.m., seminar from 9a.m. to 12p.m., lunch @ 12-1p.m., seminar from 1-5p.m., cocktails at 6p.m.(cash bar), dinner @ 7p.m., after dinner meeting; Third day: Breakfast at 7:30a.m., seminar from 9-11:30a.m., check-out, lunch at 11:30a.m. to 12:30p.m., seminar from 1-3p.m., depart. 5) Use of on-site recreational rooms/activities (i.e. fitness center, tennis, volleyball, pool, jogging trail, game rooms, etc.) 6) Office preference is for a quiet, serene atmosphere with few outside distractions. Offeror will be evaluated based on the following criteria: 1) Ability to meet the stated requirements. 2) Type and variety of recreational amenities, 3) Room accommodations. 4) Choices in food (menu options) 5) Overall atmosphere of facility. 6) Cost. (all non-cost factors, when taken together, are significantly more important than cost) Solicitation OGC88860860100 is being issued as a request for proposal and constitutes the only solicitation; a written solicitation will not be issued. NGA anticipates awarding on an overall best value to the Government. NGA intends to make award without discussions, but reserves the right to hold discussions if deemed necessary. FAR and DFAR provisions and clauses may be accessed at http://www.farsite.hill.af.mil/vffara.htm. The NAICS code is 721110 and small business is $6M The following FAR provisions and clauses are those in effect through Federal Acquisition Circular 2005-06 effective October 31, 2005 and apply to this acquisition and are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items (Jan 2005), 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2005), 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003), 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Apr 2005). The following clauses incorporated in 52,212-5 are also applicable: 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor (June 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (June 2004), 52.221-21 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 (Jun1998),52.222-37 Employment Records on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.225-13 Restriction on Cretin Foreign Purchases (Mar 2005), 52.232-33 Payment by Electronic Funds Transfer- Central contractor Registration(Oct 2003)-absences of registration in Central Contractor Registration (htt://www.ccr.gov), will make an offeror ineligible for award. The following Defense Federal Acquisition Regulation (DFARS) provision and clauses apply to this solicitation: 252.204-7004 Required Central Contractor Registration Alternate A (Nov 2003), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order applicable to Defense Acquisition of Commercial Items (Jan 2005), - the following clauses incorporated in 252.212-7001 are also applicable: 252-7001 Buy American Act and Balance of Payment Program (Apr 2003), 252.232-7003, Electronic Submission of Payment Request (Jan 2004), Offerors are advised to include a completed copy of 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer or to indicate in their proposal that the offeror?s representations and certifications are available through the Online Representations? and Certification Application (ORCA). Quotes received without the completed copy of the provision at FAR 52.212-3 or statement of availability on ORCA will be considered non-compliant. Contractors awarded a contract as a result of offers submitted for Solicitation HM157606T---- may reference completed certifications, state the completed certifications are current, accurate and complete and agree to notify the Contracting Officer of any changes, in lieu of completing the provision at 52.212-3. This solicitation incorporates by reference and available in full text upon request. (PC&S) DESC(Jan 2006);II.03-8 Contract terms and Conditions Required to Implement Status or Executive Order. Offerors shall include a legible copy of any applicable terms and conditions and warranty information described herein with their offer to be considered responsive. All offerors shall be received by the contracting officer by no later than 10 May 2006 at 12:00 pm EST. Offers may be submitted via mail, fax, or email. However, offerors are encouraged to call the points of contact listed in this synopsis to confirm receipt.
 
Place of Performance
Address: National Geospatial-Intelligence Agency, 4600 Sangamore Road, Bethesda, MD
Zip Code: 20816-5003
Country: U.S.A.
 
Record
SN01038679-W 20060503/060501220951 (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.