SOLICITATION NOTICE
99 -- 2008 ANNUAL NURSING EXECUTIVE LEADERSHIP SYMPOSIUM
- Notice Date
- 2/20/2008
- Notice Type
- Solicitation Notice
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Veterans Affairs;Special Services;1432 Sultan Drive;Suite C;Fort Detrick MD 21702
- ZIP Code
- 21702
- Solicitation Number
- F1ATB17330G001
- Response Due
- 2/27/2008
- Archive Date
- 4/27/2008
- Point of Contact
- Wanda Edwards Contract Specialist 301-619-6654
- E-Mail Address
-
Email your questions to Contract Specialist
(wanda.edwards@amedd.army.mil)
- Small Business Set-Aside
- N/A
- 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. This solicitation RFQ F1ATB17330G001 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-23. No telephone requests will be accepted. Only written requests received directly from the requester are acceptable. If requesting by FAX, you may send your request to 301-619-3613, ATTN: Wanda Y. Edwards. It is the Offerors responsibility to ensure that the quote is received. The North American Industry Classification System (NAICS) number is 721110 and the business size standard is $6.50. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. This action is Unrestricted, Women and small disadvantaged business are encouraged to submit offers. See below for list of services and equipment required. The Veterans Affairs Special Services (VASS) Office has a requirement for the support, preparation and coordination of the 2008 Annual Nursing Executive Leadership Symposium: The Air Force Nursing Executive Leadership Symposium (ELS) shall be held 15 March 2008 through 21 March 2008. The contractor shall accommodate lodging, meeting space, and audiovisual support. Offerors are required to provide an itemized, detailed quote. The successful offeror shall perform all functions associated with conference planning to include conference registration, on-site audiovisual equipment, software, commercial telephones and technical support personnel to meet the needs of all plenary and breakout sessions and on-site support/coordination of guest speakers at the seminar. Meeting Rooms: Main Room - must be large enough to host the general session with a stage and seating to accommodate 350 participants with seating arranged as a hollow square, in addition to two rows of tables in the front on either side of the isle, two large screens, DVD player with music capability. Breakout Rooms - (8-12 rooms): Each room must accommodate the maximum capacity (50 up to 150) while using a school room style configuration. Each room must have the capability to provide Internet capability, visual (projection) PowerPoint presentations, viewing screen, podium and an easel with pad for notes. Ready Room: Set-up for speakers to prepare presentations. The room shall contain telephone service and a dedicated computer with printer and two analog circuits for dial-up and voice. Computer requirements: Microsoft Windows 2000 or XP operating system, XP Office Suite, burn and play compact disc and open and read zip discs. Banquet Services: Support banquet facilities large enough for 400 for one formal meal and award presentation, and availability of light refreshments and snacks served during breaks in conference sessions. Audio Visual Support - Comprehensive On site: To include at the minimum wireless microphones, projection services, data projectors (LCD), projector screens, easels and stands, computer to edit and print PowerPoint changes and staff to support audio visual requirements. Lodging and Meals: (Lodging cost are not chargeable to the contract resulting from this solicitation) Friday 14th March 50 rooms; Saturday 15th March 100 rooms; Sunday 16th March 100 rooms; Monday 17th March thru Wednesday 19th March 350 rooms; Thursday 20th March 335 rooms: Friday 21st March 150 rooms; Saturday 22nd March 5 rooms. Additional Requirements: Display board located outside the main room for posting messages, coordination of Awards Breakfast and Welcome Reception, support of pre-conference executive sessions, Internet capability in guest rooms, on site Business Center, transportation for distinguished visitors between the Airport and the Hotel for arrivals and departures, restaurant facilities to accommodate one hour lunch break. Location: Due to the necessity to utilize primary support personnel from Sheppard AFB, TX the conference site must be located within a 150 mile radius of Sheppard AFB. The Contractor is responsible for all freight charges. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. We reserve the right to make award without discussion. This is a best value procurement. The following factors will be used to evaluate the offers: (1) Technical Evaluation - Each offeror is responsible for submitting a detailed description of how the requirement will be accomplished in accordance with the terms and conditions of the SOW. This is to be submitted as a separate document. (2) Past Performance - Demonstrating the same or similar service as service required in this solicitation. Each offeror is responsible for submitting two (from different sources) completed VASS Past Performance questionnaires (contact the Contract Specialist for a copy of the questionnaire) no later than the closing date and time of the solicitation. (3) Price - Price will be evaluated to determine its fairness, completeness and reasonableness as it relates to the services offered. The Technical evaluation and the Past Performance when combined are significantly more important than price. Offers are responsible for ensuring questionnaires are sent to the Contract Specialist at the address identified in the solicitation or faxed to (301) 619-3613, Attention: Wanda Y. Edwards. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer as applicable. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses (b): 15,16,18,19,21,24, 27,29,31,37 and (c) 6. 52.222-52 Exemption from Application of the Service Contract Act for Certain Services - Certificate. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. Vets100 Registration is required via http://www.vets100.com. The Federal Contractor Program requires that any contractor receiving a contract from the federal government in the amount of $100,000 or more or any subcontractor receiving a contract in the amount of $100,000 or more from such a covered contractor must file a VETS-100 Report on an annual basis. Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. VAAR 852.219-70, Veteran-owned Small Business; 852.270-4, Commercial Advertising. Quotations shall include the RFQ number, the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, and point of contact, address, phone number, fax number, tax identification number, DUNS number, and size status (i.e., small business, disadvantaged business or woman owned business). Additional information is available, contact the contracting officer for the full text of the Statement of Work and a copy of the Past Performance Questionnaire. Offers are to be received at the Veterans Affairs Special Services (VASS) Office, 1432 Sultan Drive, Suite C, Ft Detrick, MD 21702-5006, Attn.: Wanda Y. Edwards, no later than 4:00 p.m., eastern daylight time on 27 February 08. You may contact Wanda Y, Edwards, Contract Specialist at wanda.edwards@amedd.army.mil or FAX 301-619-3613.
- Record
- SN01512607-W 20080222/080220223722 (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 |