Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2012 FBO #3983
SOLICITATION NOTICE

X -- Hotel Conference Rooms Rental

Notice Date
10/18/2012
 
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, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
F2VVJ62272AC01
 
Archive Date
11/8/2012
 
Point of Contact
Raymond Bussey, Phone: 813-828-1660
 
E-Mail Address
raymond.bussey@us.af.mil
(raymond.bussey@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Quote (RFQ). The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Hotel guest rooms and Conference room rental for a United States Central Command CRC Conference. The government is seeking Hotels located within the Washington Dulles International Airport area. DESCRIPTION OF REQUIREMENT CLIN 0001 Main General Session Conference room with 150 person capacity (3 days), in a U shape configuration. 13 - 15 Nov 2012 Quantity Unit Price Total Price 3 Days $ $ CLIN 0002 Two (2) each breakout meeting rooms (2 days) with U-shape table setup, with 32 person capacity gallery seating on three sides and twice per day break service, including snacks and refreshments. 14 - 15 Nov 2012 Quantity Unit Price Total Price 3 Days $ $ CLIN 0003 DV Meal Room 14 - 15 Nov 2012, for 70 people Quantity Unit Price Total Price 2 Days $ $ CLIN 0004 Non DV Meal Room 14 - 15 Nov 2012, for 70 people Quantity Unit Price Total Price 2 Days $ $ CLIN 0005 Video support with monitors, microphones, and projector and any misc audio visual equipment required. 13 - 15 Nov 2012 Quantity Unit Price Total Price 3 Days $ $ CLIN 0006 Room to host a Social on the evening of 13 Nov 2012, for 60-100 people and a Dinner on the evening of 14 Nov 2012, for 60-100 people Quantity Unit Price Total Price 2 Days $ $ CLIN 0007 Food and beverage for the Social on the evening of 13 Nov 2012, for 60-100 people. Quantity Unit Price Total Price 1 Days $ $ CLIN 0008 Food and beverage (open bar) for the Dinner on the evening of 14 Nov 2012, for 60-100 people Quantity Unit Price Total Price 1 Days $ $ CLIN 0009 Two (2) additional rooms are required within 500 feet of the conference rooms to house the Communication teams and meet security requirements. (Meeting space needs to be controlled and to have no other meetings using the same pre-function space from 13-15 Nov 2012). Quantity Unit Price Total Price 6 Days $ $ CLIN 0010 Parking 13-15 Nov 2012 Quantity Unit Price Total Price 50 Each $ $ NOTE: Hotel must have the capability to block rooms for 80 to 100 guests (Peak nights are 13, 14 and 15 Nov 2012). Also Room Block should be for support staff - approx. 15 from 5 Nov to 12 Nov and then peak nights as described in the document. Individuals will be using their credit cards for payment. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61 effective 13 Sep 2012, DFAR DPN 20120906 effective 6 Sep 2012, and AFFAR AFAC 2012-0330 effective 30 Mar 2012. The North American Industry Classification System code (NAICS) is 721110, Hotels (except Casino Hotels) and Motels. The Standard Industrial Classification (SIC) is 7011. 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 offeror that represent the best value to the government. 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 52.204-99, System for Award Management Registration, FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors, 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://sam.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 52.223-18 Contractor Policy to Ban Text Messaging While Driving, 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. Gregory S. Oneal, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: gregory.oneal@us.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 24 Oct 2012 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@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VVJ62272AC01/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN02915991-W 20121020/121018234407-d6059448ba91945e8e432bb71ca75931 (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.