Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2006 FBO #1734
SOLICITATION NOTICE

X -- Rental of conference room facilities

Notice Date
8/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of State, Regional Procurement Support Office - Fort Lauderdale, Florida Regional Center, 4000 N. Andrews Ave., Fort Lauderdale, FL, 33309
 
ZIP Code
33309
 
Solicitation Number
S-WHARC-06-Q-Panama
 
Response Due
8/28/2006
 
Archive Date
9/12/2006
 
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; quotations are being requested by this notice alone, and a written solicitation will not be issued. This synopsis/solicitation is issued as a Request for Quotations for hotel conference facilities and related services for a seminar to be held by the U.S. Embassy Panama City. 1.0 DESCRIPTION The U.S. Embassy, Panama City, has a requirement for the following conference space and related services for a Money Laundering Seminar, to be held from September 18, 2006 through September 22, 2006, and attended by host nation Law Enforcement officials/investigators, judges, prosecutors and other government officials. The location of the hotel shall be in a centric area with access for taxi 1.1 CONFERENCE ROOM The contractor shall provide a General Session Conference Room. The room provided shall be capable of comfortably accommodating approximately two hundred fifteen (215) conference participants in a Banquet type (10 persons per table) set up. The hotel shall provide unrestricted use of the conference room during the hours of 8:00 a.m. to 5:00 p.m. for the five day conference period (September 18, 2006 through September 22, 2006). 1.2 CONFERENCE ROOM SET UP The conference room shall be provided with one podium (for a single presenter) with a microphone and speakers, and one projection screen measuring 96? x 96?. The room shall be set-up in a classroom configuration, with a sufficient number of chairs and banquet style tables to comfortably accommodate up to 215 participants. Table coverings shall be placed on all banquet tables. Bottled water (preferred; however pitchers and glasses may be considered) shall be provided on each table and shall be replenished during breaks and/or lunch as appropriate. Pads of paper and pens will be provided by the U.S. Embassy. Registration tables and chairs shall be set up outside of the general session conference room daily. 1.3 MORNING AND AFTERNOON BREAKS The contractor shall provide on a daily basis two (2) breaks (A.M. and P.M.). Times may vary slightly depending on the conference agenda, but the breaks will generally be as follows: A.M. breaks will be around 10:00 AM daily: Coffee, tea, juices, three choices appetizers (varied daily); Setup of break area to be outside of or adjacent to general concession conference room (preferred). P.M. breaks will be for approximately 20 minutes daily (times to be determined based on agenda): Coffee, tea, juices, variety of sodas (regular and diet) and light snacks (varied daily); location outside of or adjacent to general concession conference room (preferred). 1.4 WORKING LUNCHES The contractor shall provide on a daily basis (total of five days) buffet style working lunches for up to 215 participants. Lunches shall include non-alcoholic beverages. The serving area shall be set up outside or adjacent to the general session conference room so that participants can fix their plates and return to theirs seats during lunch. 2.0 Cancellation: The Government reserves the right to a no-cost cancellation of this purchase order in the event/occurrence of unforeseen circumstances including but not limited to natural disasters, that make holding the conference impossible. 3.0 PRICING, INVOICING AND PAYMENT This is a firm fixed-price contract. All prices shall be in U.S. dollars, and payments will be made to the Contractor in U.S. dollars within thirty (30) calendar days after receipt of an approved invoice. All invoices and other submittals (if required) shall be submitted to Ms. Cynthia M. Alvarado, Narcotics Affairs Section, at the following address: American Embassy Panama Narcotics Affairs Section Junet Bldg., Office #9 Balboa Avenue Tel.: (507) 207-7111 4.0 Submission and Evaluation of Quotations: The quoter offering acceptable items that most closely match the Government?s needs, especially including location and required delivery date, will receive most favorable consideration from a technical standpoint. The Government intends to award to the lowest-priced technically acceptable quoter(s). Technical acceptability will be determined based on location and services offered compared to the requirements stated above. 5.0 QUOTATION MUST INCLUDE THE FOLLOWING: A. PRICE: Price quotation for the services listed above. Include separate prices for conference rooms, rooms, etc. so that all charges are clearly stated and broken down by numbers as indicated above. B. DESCRIPTION: Description of the facility being proposed and how it meets or surpasses the requirements stated above, point by point, including room diagrams; hotel brochures may be submitted. C. REFERENCES: Names and points of contacts of other Government or commercial customers for whom the quoter has performed this or similar work for in the past two (2) years. Information from reference checks may be used in determining the technical acceptability of the quoter?s past performance. D. DUNS AND CCR: DUNS number and statement that the quoter has registered in CCR; see below. E. CERTIFICATIONS: Completed certifications (FAR 52.212-3); see below. 5.1 CCR: In order to receive an award, you must be registered in the Central Contractor Registration database at www.ccr.gov. All responsible sources may submit a quotation which shall be considered by the Department. 5.2 RFQ: This solicitation number S-WHARC-06-Q-PANAMA is issued as an RFQ. This is a solicitation document incorporating Federal Acquisition Regulation (FAR) clauses and provisions that are in effect through Federal Acquisition Circular 2005-8. 5.3 FAR Clauses/Provisions A completed, signed copy of this provision shall be submitted with any quotation. The clause at FAR 52.212-1 Instructions to Offerors?Commercial Items (Jan 2006) , the provision at FAR 52.212-3, Offeror Representations and Certifications (dated March 2005) applies to this acquisition. FAR 52.212-4, Contract Terms and Conditions (dated January 2006) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (dated January 2006) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.222-19, Child Labor Cooperation with Authorities and Remedies (June 2004), 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (E.O. 13201); and 52.232-33, Mandatory Information for Electronic Funds Transfer Payment. 5.4 Quantities: The following clauses are incorporated: FAR 52.216-18, Ordering, with the fill-in in paragraph (a) being May 31, 2006; FAR 52.216-19, Order Limitations, with the fill-in in paragraph (a) being $5, and (b)(1)&(2) each being $50,000, and the fill in for (b)(3) being 2; and FAR 52.216-21, Requirements, with the fill-in in paragraph (f) being May 31, 2006. 5.5 DOSAR: The clause at DOSAR 652.206-70, Competition Advocate/Ombudsman (AUG 1999) applies to this acquisition. 5.6 Notice: This is an unrestricted acquisition using commercial item procedures in FAR Parts 12 and 13. NAICS code is: 721110, size standard is $6.0 million. 5.7 Deadline: Interested firms shall submit a quote identifying your firms interest in supporting the seminar and provide capabilities of your firm to meet the requirements above and is due by 1200 eastern standard time on the 28th of August 2006. Your quote shall be submitted as an email attachment also please provide the contact information. All quotations shall be submitted to goodwinelc@state.gov followed up by a hard copy mailed to: Mail to Lisa Goodwine, Contracting Officer, U.S. Department of State, RPSO Florida, 4000 N. Andrews Ave., Ft. Lauderdale, FL 33309 or faxed to 954-630-1165. All correspondence needs to marked with solicitation number S-WHARC-06-Q-PANAMA
 
Record
SN01124504-W 20060826/060824220646 (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.