Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2009 FBO #2736
SOLICITATION NOTICE

X -- This is a non-personal service for rental of conference facilities.

Notice Date
5/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, Mission & Installation Contracting Center – Fort Sam Houston, Mission & Installation Contracting Center ? Fort Sam Houston, Directorate of Contracting, 2107 17th Street, Bldg. 4197 , Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W9124J-AMEDD-CS
 
Response Due
5/27/2009
 
Archive Date
7/26/2009
 
Point of Contact
Renata A. Freeman, 2102954929<br />
 
E-Mail Address
Mission & Installation Contracting Center ? Fort Sam Houston
(renata.freeman@us.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, 13.5 and 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. Solicitation number is W9124J-AMEDD-CS and is issued as a Request for Proposal (RFP). This acquisition is full and open competition. The NAICS Code is 721110. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-2, Evaluation-Commercial Items. Award will be made to the lowest priced vendor meeting or exceeding the requirements set forth in the Performance Work Statement (PWS); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 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; 52.222-41, Service Contract Act of 1965, as amended; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.252-1, Solicitation Provisions Incorporated by Reference; 252.201-7000, Contracting Officers Representative; 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items and 252.232-7003, Electronic Submission of Payment Requests. The Mission and Installation Contracting Command Center Fort Sam Houston intend to award a Firm Fixed Price Purchase Order for Conference facilities in San Antonio. Inspection and acceptance is by the Government at the Hotel site. Conference Dates are 1 June 2009 through 5 June 2009. Offerors are required to upload provision FAR 52.212-3 Offeror Representations and Certifications Commercial Items into ORCA, https://orca.bpn.gov/, before proposal is submitted. The proposal must include Solicitation Number, Business size, discount/payment terms, and be signed by an authorized company representative. Offeror must include Taxpayer Identification Number (TIN), Cage Code, address, and be Central Contractor Registration (CCR) registered, http://www.ccr.gov/Default.aspx. All offers are due on 27-May-2009 at 1:00 PM Central Time. All responsible sources may submit a proposal. Submit offers and questions via email to renata.freeman@us.army.mil and Brenda.johnson12@us.army.mil. PERFORMANCE WORK STATEMENT (PWS): 1. INTRODUCTION: This is a non-personal service for conference facilities, to be provided to the AMEDD Center and School (AMEDDCS), also referred to herein as the Government. The conference will begin 0730-Monday, 1 June 2009 and run through 1700 Friday, 5 June 2009 in San Antonio TX. 1.1 The anticipated attendance is 100 people for the Enlisted Clinical Support Conference. This is a biennial meeting that is presented to junior NCOs in MOS 68K, 68P, and 68Q to provide sustainment training and update briefings on matters of interest to clinical support Specialists and junior NCOs. Provide updated information and continuing education to the laboratory, radiology and pharmacy junior leaders. Focus on readiness training and the impact of deployments and exercises on the effectiveness of the health care delivery systems of all service. Current and projected technological advances are viewed and incorporation in the military health care system is discussed 2. GENERAL REQUIREMENTS: 2.1 The San Antonio, TX vendor should be within 10 miles of downtown San Antonio. 2.2 The Enlisted Clinical Support Course requires three break out rooms that (preferably on the same floor). The general sessions will be held Monday- Friday from 8:30 am to 5 pm. 3.0 Audio Visual Equipment 3.1 We will supply our own audio visual equipment. 4. MEETING ROOMS: 4.1 All rooms require classroom style seating. AV hook ups are required but we will provide our own equipment. 4.2 General Session Room will hold approximately 150 people Monday/Wednesday 8:30am-10:30am. 4.3 Breakout Rooms: Monday-Classroom set up for approximately 75-100 people. 4.4 Break out rooms: Tuesday-Friday Classroom Room (100 people) Air walls for breakout sessions of 50/25/25. 5. OPENING CEREMONY SPACE 5.1 Space is required for Opening Ceremony/Reception on Monday June 1, 2009 6. LODGING/MISC: 6.1 Individuals will make their own hotel reservations. 6.2 Complimentary concessions (if available): Monday: Opening Ceremony and Reception for up to 75 people Example: sodas, dry snacks, chips, salsa, guacamole, etc. Morning: Coffee (caffeinated/decaffeinated), Tea, Water. Afternoon:Coffee (caffeinated/decaffeinated), Tea, Water, Soda, Cookies. 6.3 Event signage permitted in public areas of hotel. 7. SECURITY: The Government will inspect the Contractors facilities. The Contractor shall make its security plan available when requested. Any contract award is contingent upon certification by a force protection inspection, if required. 8. DAMAGE BEYOND FAIR WEAR AND TEAR: Whenever equipment is returned to the Contractor with damages considered over and beyond fair wear and tear, the Contractor shall prepare and submit a written and detailed estimate to the contracting officer for the cost of labor and parts necessary to repair the equipment to its original condition when the U.S. Government accepted it. No repair work on any damaged equipment will be performed until authorized in writing by the Contracting Officer. The Contractor is cautioned that any repairs accomplished without the Contracting Officer's authorization is done at its risk/expense and will not be reimbursed by the U.S. government. 9. INVOICES/PAYMENT INFORMATION: Contractor acknowledges that payment for services listed herein shall be paid for by DFAS and submitted through the wide area workflow (WAWF) at the end of the conference. 10. CHANGES TO CONTRACT: The only person authorized to make changes to the contract is the Contracting Officer. Failure to clear changes in contract with the Contracting Officer IN ADVANCE of providing service will result in the Government not being responsible for the charges, and non-payment to the Contractor. The Contractor will only take change orders from the Contracting Officer. Purchases or changes from unauthorized persons will result in the Contractor not receiving payment for costs incurred. 11. Contractor Manpower Reporting (CMR): The Contractor is required to report all Contractor manpower (including subcontractor manpower) required for the performance of this contract. The Contractor is required to completely fill in all the required fields in the reporting system using the following web address: https://cmra.army.mil/. The requiring activity will assist the Contractor with the reporting requirement as necessary. The Contractor may enter reports at any time during the reporting period, which is defined as the period of performance not to exceed 12 months ending 30 September of each government fiscal year. Reporting must be completed no later than 31 October for every year or part of a year for which the contract is in place. Proposals must be received by 27-May-2009 at 1:00 PM Central Time and reference solicitation number W9124J-AMEDD-CS. Proposals shall be E-Mailed to renata.freeman@us.army.mil and Brenda.johnson12@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK33/W9124J-AMEDD-CS/listing.html)
 
Place of Performance
Address: Mission & Installation Contracting Center ? Fort Sam Houston Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX<br />
Zip Code: 78234-5015<br />
 
Record
SN01826405-W 20090524/090522235509-7ec7875860c2163dc91ca55c0003e3f3 (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.