SOLICITATION NOTICE
X -- Conference Room Rental
- Notice Date
- 8/14/2008
- Notice Type
- Presolicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018908T0555
- Response Due
- 8/15/2008
- Archive Date
- 8/30/2008
- Point of Contact
- Jordan Dorsey 757-443-1411 Kathy Molino757-443-1442
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under RFQ N00189-08-T-0555. A subsequent solicitation document will not be issued. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 721110 and the Small Business Standard is $6.5M. This procurement will be processed under full and open competition. The Fleet and Industrial Supply Center, Norfolk, requests responses from qualified, responsible sources capable of providing the services specified in the below Statement of Work (SOW). All clauses shall be incorporated by reference in the order. Quoters must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (JUL 2006)52.212-1 Instructions to Offerors Commercial Items (APR 2008)52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certificationsCommercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2007)Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items (DEC 2007), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003)52.222-19 Child Labor - Cooperation with Authorities and Remedies (AUG 2007), 52.222-21 Prohibition of Segregated Facilities (Feb 1999)52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793)52.222-50 Combating Trafficking in Persons (AUG 2007)52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)52.232-36 Payment by Third Party (MAY 1999)52.215-5 Facsimile Proposals (OCT 1997); The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003)252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) All quotes shall include: (1) A total price for the CLIN listed in the attached schedule;(2) A spreadsheet /table breaking down the price of the conference rooms, which will be covered under this Purchase Order, and showing the per room cost each attendant will pay via their personal credit card; (3) written information on the location and description of the facilities you will provide to meet the requirements set forth in this synopsis/solicitation; (4) a point of contact, name / phone number / email, business size, and payment terms (5) and remittance address, Tax I.D. #, Duns #, and Cage Code. This is a firm fixed priced order and award will be made utilizing the Simplified Acquisition Procedures under FAR Part 13. The Government intends to make a single award to the lowest price, responsive, responsible vendor. Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. Each response must clearly indicate the capability of the quoter to meet all requirements. This announcement will close on 15 August 2008 at 12:00 PM. Responses may be submitted to Jordan Dorsey and Kathy Molino by facsimile at (757) 443-1424 or emailed to jordan.dorsey@navy.mil and Kathy.molino@navy.mil. Oral communications are not acceptable in response to this notice. Statement of Work The purpose of this statement of work is to describe the accommodations required from the contractor for the Africa Partnership Station Mid-Planning Conference to be held September 10-12, 2008. Technical RequirementsHotel requirements for the African Partnership Station Mid-Planning Conference to be held September 10-12, 2008 (Note: September 10-12, 2008 is the conference date, rooms for guests are required from September 7th, 2008 (check-in) through September 12th, 2008 (with check-out on September 13th, 2008). 1. Must be located in Arlington, VA in the Crystal City metropolitan area. The hotel must have a modern, high quality conference facility with centrally located conference rooms co-located on one floor or two adjacent floors (e.g. second and third floors or sixth and seventh floors.) Hotel must be within easy walking distance from a metro station. Hotel must be within five (5) miles of the Reagan National Airport. Must reserve a block of 35 sleeping rooms at no more than the prevailing government per diem rate for our attendees (paid by attendees) from Sunday night through Friday night of the conference week (September 07-13, 2008). The sleeping rooms should be in the same building as the conference facilities or within easy walking distance of the conference facilities (no more than five (5) minutes walk). This block must be held open until 23 August 2008. The hotel must honor the prevailing government per diem rate three days prior to and three days after the conference for attendees arriving early or staying late. 2. Must have adequate parking in or adjacent to the hotel. The hotel should be located within easy walking distance of public transportation to accommodate those attendees not authorized rental cars. Any parking rates/fees must be stated in the proposal (will be paid by individual participants not under the contract). 3. The hotel should have at least three (3) restaurants within easy walking distance or convenient to the hotel. 4. On Wednesday through Friday (September 10-12, 2008), hotel must provide one person for continuous on-site audiovisual technical support. 5. All meeting rooms described in the following paragraphs should be in the same facility on the same floor or on two adjacent floors for ease of networking opportunities and sharing refreshments. Other organizations should not be located within the area designated for our conference. 6. The hotel may include in the proposal a description of incidental items that it routinely and customarily offers to Government or Private Sector customers at no additional charge and as part of the room rental/registration fee. Examples of such traditional hospitality may include refreshment items in the morning and snack items in the afternoon. Any such food and beverage items must be wholly incidental to the fees charged for the use of the meeting rooms and facility. The proposal will not include, and CNE-C6F will not pay for any refreshments listed as separate items. 7. Require a centrally located, registration area, approximately 400 square feet, starting Wednesday, September 10 at 07:00AM through Wednesday, September 10 at 09:00AM. a. Setup (1) One 6' table (2) Three chairs (3) Two wastebaskets (4) One bulletin board w/stand for messages (5) Must have electricity for computers and peripherals 8. Require an office area for CNE-C6F staff throughout the week, approximately 400 square feet, from Monday, September 8, 08:00AM, through Friday, September 12, 3:00pm continuously. This room must be able to be locked via deadbolt or chain-lock. This room should be convenient to the seminar/conference rooms and the registration area. a. Setup (1) One 6' tables (2) Four chairs (3) Two wastebaskets (4) Must have electricity for computers and peripherals (5) Must have internet connectivity 9. Require three (3) meeting rooms for break-out session meetings on Wednesday, September 10, 7:00am 6:00pm; Thursday, September 11, 7:00am 6:00pm; Friday, September 12, 7:00am 12:00pm as noted below: a. Rooms (1) Three rooms, setup for 30 people, U-shaped (7:00am-6:00pm) b. Setup (1) One table lectern on 6' table for each room (2) One flipchart easel w/pad and markers for each room (3) One 6x6 screen in each of the three rooms (4) Projector, laptop, and supporting Audio/Visual Equipment 12. Require one (1) general session room, from Wednesday, September 10, 7:00am through Friday, September 12, 3:00pm, continuously. This room must seat 100 people and must be able to be locked via deadbolt or chain-lock. a. Setup (1) Round tables and chairs accommodating 100 people. (2) One flipchart easel w/pad and markers (3) One 6x6 screen (4) Projector, laptop, and supporting Audio/Visual Equipment (5) Internet Connectivity
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c3a49882fa8cfaf3919647729e1cadfc&tab=core&_cview=1)
- Record
- SN01640891-W 20080816/080814224206-3e46ef71da12b7cad505bb98a7a764b0 (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 |