SOLICITATION NOTICE
X -- Complete Conference Package
- Notice Date
- 12/1/2006
- Notice Type
- Solicitation Notice
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters 2100 Second Street, SW, Room B411, Washington, DC, 20593-0001, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HSCGG8-07-Q-HCR002
- Response Due
- 12/14/2006
- Archive Date
- 12/29/2006
- Description
- DESCRIPTION: The U.S. Coast Guard intends to procure Complete Conference Package . This notice is a combined synopsis/solicitation for a commercial item in accordance with Federal Acquisition Regulation 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. Therefore, please read this entire notice, the instructions herein, and the attachment documents carefully. This acquisition is on an Unrestricted basis. SCOPE: STATEMENT OF WORK The United States Coast Guard (USCG) will conduct its Chief of the Contracting Office (COCO) Conference on 16 April ? 19 April 2007. These dates were a result of a nationwide data call amongst the schedules of the Chiefs of the Contracting Offices. Due to its central location, Annapolis, MD is the preferred location of the conference. It is desired that a venue of equal distance to the USCG Headquarters, Washington, DC; Department of Homeland Security (DHS) Headquarters, Washington, DC; USCG Engineering Logistics Center (ELC), Baltimore, MD; and major airport is secured to hold this professional development event. Such location is paramount to maximize the interaction with personnel from the USCG Headquarters, USCG ELC and visits by DHS acquisition management officials. The venue shall provide a complete meeting package as follows: a. Room rates within Annapolis, MD shall be in accordance with the Joint Federal Travel Regulations (JFTR) and the prevailing GSA perdiem rates. b. A block of 60 sleeping rooms reserved with check-in on 16 April and check-out on 20 April 2007. Attendees will make individual arrangements and pay using the government travel card. c. Audio-visual equipment to include: Projector screen 10.5? x 14?; lavaliere and handheld microphones; LCD projector; podium and easels; 4-channel mixer and wireless internet connection. d. Business services such as printing, copying, and faxing. e. General Session room to comfortably accommodate 100 people from 8:00 am ? 5:00 pm with the ability to secure the room at the end of each day. Tuesday 4/17- Thursday 4/19 school room style setup. Outside the room shall include A.M./P.M. refreshments and beverages. f. Availability of approximately 3 breakout sessions to accommodate 40 people, theatre style setup; each breakout to occur during various times and dates, to be determined upon finalization of conference agenda. For cost savings, it is preferred that the general session room be partitioned for two of the sessions. The alternative is to reserve three (3) separate spaces. g. A secured space to store conference material and equipment. h. Applicable service charges within industry standard (e.g., not to exceed 20% on food and beverage). i. An area to be used as a ?Welcome Center? for 40 people for four (4) hours only. Monday 4/16; 6 pm ? 10 pm. Setup is reception style with tables and chairs. j. Post/announce the conference and conference location on an easel outside the general session room. j. Exemption from applicable sales taxes when a Master Account/Direct Billing Purchase Order is used. HOW TO RESPOND: In order to compete for this project, interested parties must be registered in the Central Contracting Registration and demonstrate that they are qualified to perform the work by providing a brief (20 pages or less) Technical and Cost Proposal by 2:00 PM, ET, Dec 14, 2006. Technical proposals must include: (1) Specific approach in meeting requirements outlined in the Statement of Work and compatibility of system/process with existing agency configuration. (2) History (current or within the last 18 months) on projects similar in scope and nature, with specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number). References will be checked to validate the information provided and to determine reliability/dependability. (3) Key personnel (those who would have the primary responsibility for performing and/or managing the project) with relevant qualifications and specific experience. Cost Proposal: provide Firm Fixed-Price ?broken out by labor hours, labor category, materials, and other direct costs?. Offerors must submit an original and one copy of the proposal to PO Jess Maanao, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to Jess.K.Maanao@uscg.mil are acceptable, but must be timely. Proposal Evaluation Criteria: (1) Price and price-related factors. (2) Technical approach. (3) Past performance. This will be a Best-Value award determination. Price and Past Performance will be a factor, but technical factors are far more important. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2005), 52.212-4 (Sept 2005), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Aug 2006). (6)(i) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (31) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.232-18 Subject to the Availability of Funds. Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by fax or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 12:00 (noon) ET, Dec 6, 2006. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above.
- Place of Performance
- Address: ANNAPOLIS, MD.
- Zip Code: 21401
- Country: UNITED STATES
- Zip Code: 21401
- Record
- SN01189248-W 20061203/061201220344 (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 |