|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 20,2000 PSA#2625Department of the Air Force, Air Education and Training Command,
Randolph AFB Contracting Office, 395 B Street West Suite 2, Randolph
AFB, TX, 78150-4525 U -- PROVIDE TRAINING FACILITIES FOR AIR FORCE TEEN FORUM, 10-15 JULY
00, WASHINGTON D.C. SOL Reference-Number-F7HQFR01320100 DUE 062100 POC
Don Brooks, Contract Specialist, Phone 210-652-5187, Fax 210-652-2759,
Email don.brooks@randolph.af.mil -- Loralan Seiffert, Contract
Specialist, Phone 210-652-5183, Fax 210-652-2759, Email WEB: Visit this
URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=Reference-Num
ber-F7HQFR01320100&LocID=464. E-MAIL: Don Brooks,
don.brooks@randolph.af.mil. This is a combined synopsis/solicitation
for commercial items 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;
quotations are being accepted and a written solicitation will not be
issued. This solicitation is being issued under full and open
competition. Request Number F7HQFR01320100 is issued as a request for
quotation. The solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-18.
The SIC Code is 7021, size standard is 5M. Requirement is to provide
lodging, meals, and meeting rooms in support of the annual Air Force
Teen Forum, 10-14 July 00, in the Washington D.C. area. This program
gathers teens and youth center members from around the world to discuss
issues to Air Force senior leadership. The following is a list of
requirements to support the Air Force Teen Forum: a. Provide 5 single
occupancy rooms on 8 Jul 00 for early arriving staff members; 28 single
occupancy rooms for early arriving attendees from overseas locations on
9 Jul 00; 92 single occupancy rooms 10-13 Jul 00; and 5 single
occupancy rooms on 14 Jul 00 for late departing overseas attendees.
(Almost everyone will depart on Friday, 14 Jul 00). b. Provide three
meals per day included in the price of each individual_s stay. Meals
should include a wide variety of selections that can meet the
requirements of a wide variety of people (salads/healthy foods,
pizza/fast foods, etc.) The daily lodging/meal rate must be within Air
Force per diem rate. c. Provide one large meeting room (100 people)
and three smaller rooms, capacity of 30 people each. Room set-up to be
discussed once contract established. d. Provide VCR and monitor in
large meeting room only. Provide flip charts and markers in each of the
meeting rooms. e. Provide morning and afternoon beverages available
during breaks at no additional charge. f. Provide security service on
duty 24-hours.Medical accomodations must be available on premises. g.
Availability of various fitness and recreation facilities for patron
use during non-meeting times. h. Location within 25 miles of either
Dulles International Airport or Ronald Reagan International Airport in
the Washington D.C. area. Award will be made using Simplified
Acquisition Procedures, therefore the evaluation procedures at FAR
13.106-2 will be used. A firm-fixed price award will be made to the
responsible offeror submitting the quote that provides the best value
to the Government. Interested parties capable of providing the above
must submit written price quote to include discount terms, cage code,
and firm_s evidence of their ability to perform. To be eligible to
receive an award resulting from this solicitation, contractor must be
registered in the DoD Central Contractor Registration (CCR) database,
NO EXCEPTIONS. To register, you may apply through the Internet at
http://ccr.edi.disa.mil. Responses to this notice shall be provided in
writing via e-mail to Mr. Donald N. Brooks at
don.brooks@randolph.af.mil no later than 21 Jun 00, 2:30 P.M. (CT).
Offerors must also include a completed copy of the provisions at FAR
52.212-3, Offeror Representations and Certifications_Commercial Items
can be obtained at http://www.arnet.gov/far. The provision at 52.212-1,
Instructions to Offerors-Commercial, applies to this acquisition. The
following clauses also apply: 52-212-4 Contract Terms and
Conditions-Commercial Items. Paragraph (c) of this clause is tailored
as follows: (c) Changes. Changes in the terms and conditions of this
contract may be made only by written agreement of the parties, with the
exception of: (1) Administrative changes such as changes in the paying
office, appropriation data, etc. (2) No cost amended shipping
instructions (ASI) if_(A) The ASI modifies a unilateral purchase order,
and (B) The contractor agrees verbally or in writing, (3) Any change
made before work begins if -- -- (A) The change is within the scope of
the original order, (B) The contractor agrees; (C) The modification
references the contractor_s verbal or written agreement. 52-212-5,
Contract Terms and Conditions_Commercial Contract Terms and Conditions
Required to Implement Statutes or Executive Order_Commercial Items
with these additional FAR clauses marked: 52.222-26, Equal Opportunity
( E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and
Vietnam Era Veterans (38 U.S.C 4212); 52.222-36, Affirmative Action
for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports
on Special Disabled Veterans of the Vietnam Era (38 U.S.C. 4212);
52.204-6, Data Universal Numbering System. In addition, DFAR
252-212-7001 with these additional clauses being applicable:
252-204-7004, Required Central Contractor Registration; and
252.232-7009, Payment by Electronics Funds Tra Posted 06/16/00
(D-SN465748). (0168) Loren Data Corp. http://www.ld.com (SYN# 0080 20000620\U-0001.SOL)
U - Education and Training Services Index Page
|
|