Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2008 FBO #2412
SOLICITATION NOTICE

X -- COLD Conference (Conference of Logistics Directors)

Notice Date
7/2/2008
 
Notice Type
Presolicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-08-T-0114
 
Response Due
7/17/2008
 
Archive Date
9/15/2008
 
Point of Contact
Peggy Pennie, 703-697-0801
 
Small Business Set-Aside
Total Small Business
 
Description
This combined sources sought/synopsis is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this combined sources sought/synopsis. The US Army Contracting Agency, Contracting Center of Excellence (CCE) at the Pentagon, on behalf of the Joint Chiefs of Staff, J-4 Director of Logistics, requires conference facility for a four-day, three night period for 35 overnight guests/attendees and 10-day attendees for a total of 45 conference participants. Only small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a small business concern in NAICS code 721110 with a size standard of $6.5 Million are encouraged to submit their capability packages outlining their experience in the following key areas or tasks. A draft Performance Work Statement (PWS) for support to the COLD Conference is located on the CCE website at: http://cce.hqda.pentagon.mil click on RFPS; select W91WAW-08-T-0114 and click on the Process button. Respondents must also answer the following questions in their capability statements to be considered: 1. Does your facility provide a Conference Center that meets the standards for Executive Level conferences as established by the International Association of Conference Centers North America or other equivalent organization? 2. Can your facility provide for helicopter landings/departures? 3. Briefly describe how you would provide, as described in the Proposed Work Statement (PWS), the required conference/admin rooms, audio/visual/electronic equipment, support, lodging, meals and snacks within your facility. 4. Is your facilities location outside the Washington DC Beltway area? If at least two responsible small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by 2:00 PM EST, 17 July 2008, the requirement will be solicited as a 100% set-aside for small business concerns. If capability packages are not received from at least two responsible small business concerns by the response date or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted this requirement will be solicited under full and open procedures. Respondents will not be notified of the results. Questions are to be submitted by 11:30 AM EST, 10 July 2008. No other synopsis will be posted for this requirement. A Firm Fixed Price contract is anticipated. The period of performance will be a one month base period plus four option periods. The place of performance for this effort is the contractors conference facility. A written Request for Proposal (RFP) will be posted on or about 31 July 20008. The RFP must be retrieved and downloaded from CCEs homepage at: http://cce.hqda.pentagon.mil click on RFPS; select the desired RFP and click on the Process button. No hard copies of the RFP will be issued; all amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Peggy Y. Pennie, Contract Specialist at Peggy.Pennie@hqda.army.mil or Edwin Little, Contracting Officer, at Edwin.Little@hqda.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3db2bdaf4869b21d19ee6083a16a009e&tab=core&_cview=1)
 
Place of Performance
Address: The Joint Chiefs of Staff The Pentagon Washington DC
Zip Code: 20318
 
Record
SN01605930-W 20080704/080702220514-3db2bdaf4869b21d19ee6083a16a009e (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.