SOLICITATION NOTICE
X -- CST Conference, Hotel and Conference rooms rental, Tampa FL - CST Spread Sheet
- Notice Date
- 3/15/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
- ZIP Code
- 33621-5000
- Solicitation Number
- 10RB0024
- Archive Date
- 4/10/2010
- Point of Contact
- Raymond Bussey, Phone: 813-828-1660
- E-Mail Address
-
raymond.bussey@macdill.af.mil
(raymond.bussey@macdill.af.mil)
- Small Business Set-Aside
- N/A
- Description
- CST Conference Spread Sheet This is a combined synopsis/solicitation for a commercial service 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; proposals are being requested and a written solicitation will NOT be issued. This is a Request For Quote (RFQ) and the solicitation number is 10RB0024. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Hotel guest rooms and Conference room rental parking and refreshment for a United States Central Command CST Conference. The government is seeking Hotels located within the Westshore and Downtown area of Tampa FL. DESCRIPTION OF REQUIREMENT Provide a price estimate for: hotel room rental to accommodate Approximately 35 guest rooms for most nights from 11 May 2010 to 29 May 2010, with possible high occupancy of 50 rooms per nights in an estimated 7 nights of the 19 total days (see attached spread sheet). This office will directly contract for 15 rooms of the 35 rooms. And possible 30 rooms of the 50 during overlay days. 20 rooms would be paid for by individual travelers Note: Possible 15 rooms overlap of delegation arrival and departures on 15-16 May, 18-19 May, 22 May and 25-26 May 2010 The total room nights estimate is 828. In addition, we require the capability to host an informal social event for each country represented, as well as conveniently available refreshment and break service. CLIN 1 Directly contracted government paid rooms Quantity Unit Price Total Price 468 Nights Estimated $ $ SUB CLIN FOR INFORMATION PURPOSES ONLY: Block rooms request. Rooms would be paid for by individual travelers Quantity Unit Price Total Price 360 Nights Estimated $ $ CLIN 2 Request that three of the required rooms be upgraded such as Queen/King bed for the 57 nights to DV Suites for the head of each delegation plus an American general officer. Quantity Unit Price Total Price 57 Nights Estimated $ $ CLIN 3 Conference room with 50 person capacity, U-shape table setup, 24 hr access, plus two breakout rooms with U-shape table setup and 24-hour access for the period 11 May - 29 May 2010 Quantity Unit Price Total Price 19 Days $ $ CLIN 4 Refreshments for Break service and Informal social event for TDY and Foreign personnel as described below. (Note: Please provide menu) Quantity Unit Price Total Price 2 Breakers Estimated per day for 19 Days $ $ (468 personal total estimated for the 19 days please reference the attach spread sheet for daily quantity of personnel Quantity Unite Price Total Price 5 events (15 people Estimated per Social Event) $ $ CLIN 5 Command Operations Center with internet connections and 24 hour access Qanitity Unit Price Total Price 19 Nights $ $ CLIN 6 Estimated 20 cars for parking for the period 11 May - 29 May 2009 Qanitity Unit Price Total Price t 400 Estimated Nights $ $ TOTAL: $ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 effective 1 February 2010, DFAR DCN 20080721 and AFFAR AFAC 2008-0605. The North American Industry Classification System code (NAICS) is 721110, Hotels (except Casino Hotels) and Motels. The Standard Industrial Classification (SIC) is 7021. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration, FAR 52.217-5 Evaluation of Options, FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.247-34, F.O.B. Destination, FAR 52.209-6, Protecting the Government's interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.219-28, Small Business Representations, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control of Government Personnel Work Product, 252.243-7001 Pricing of Contract Modifications, 252-204-7004 (Alt 1), Required Central Contractor Registration. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause), Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 26 March 2010 by 10:00 AM EST. Submit offers or any questions to the attention of Raymond Bussey, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to raymond.bussey@macdill.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/10RB0024/listing.html)
- Place of Performance
- Address: Tampa, Florida, 33621, United States
- Zip Code: 33621
- Zip Code: 33621
- Record
- SN02092457-W 20100317/100315234854-7851ddee39c7d0dac211e4ddf4ec8c78 (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 |