Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2003 FBO #0590
SOLICITATION NOTICE

V -- The Government intends to negotiate & award a contract on a competitive basis at a firm-fixed price, to purchase services and/or supplies necessary to support lodging & conference activity sponsored by the Joint Staff, Force Structure, RAMO J8

Notice Date
7/10/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
DASW01-03-T-0012
 
Response Due
7/16/2003
 
Archive Date
9/14/2003
 
Point of Contact
Barbara Thompson, 703-695-9422
 
E-Mail Address
Email your questions to Defense Contracting Command-Washington(DCC-W)
(Barbara.Thompson@hqda.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are be ing requested and a written solicitation will not be issued. The solicitation number is DASW01-03-T-0012 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Feder al Acquisition Circular 2001-009 effective 30 September 2002. This solicitation will not be not be set-aside for Small Business concerns, and shall remain open for any responsible sources to respond. The Defense Contracting Command-Washington intends to negotiate and award a contract on a competitive basis at a firm-fixed unit price, to purchase the following services and/or supplies for the Joint Chiefs of Staff, Force Structure, Resources, and Assess ment Directorate, J-8. The contractor shall provide all services and/or supplies necessary to support lodging and conference activity sponsored Joint Chiefs of Staff, Force Structure, Resources, and Assessment Directorate, J-8. The conference or meeting space shall accommodate approximately 20 individuals during the period of 3 September 2003 through 17 September 2003. See Line Item breakdown for more details. The conference location will be in the Arlington, VA Pentagon City area; therefore the contractor shall provide service s and supplies within a 5-mile radius of the Reagon National Airport and .75 miles of the Pentagon. In order to meet the needs of the requesting activity the contractor shall provide shuttle service to and from the Airport and parking for all conference a ttendees or be conveniently located within one block of a Washington Area Transit Authority metro rail line station. The contractor also shall provide separate dinning and meeting facilities/rooms, and the meeting facilities shall possess audio-visual capabilities, internet connection and electrical outlets sufficnet to support the conference. The audio-visual capabilit ies shall include all LCD projector equipment, internet and computer connections necessary to accommodate presentations. The award will be made in one total estimated lot. The lot amount will be a not to exceed firm fixed price. The not to exceed firm fixed price will be determined based a breakdown of the following quoted line items: ???? CLIN 0001-Lodging ???? 15 Rooms on all nights from September 2, 2003 (check in) ?????? 18 September 2003 check out for a total of 240 rooms ???? CLIN 0002??????Mid Morning snacks for all Conference Attendees on per diem (estimated at 15) ???? CLIN 0003?????? Mid Afternoon Snacks for all Conference Attendees on per diem (estimated at 15) ???? CLIN 0004-1 Conference Room all day beginning 7:00 AM EST 3 September 2003 through 10:00 PM EST 17 September 2003. The conference room must accomadate 20 people and be securable. INSPECT AND ACCEPT BY GOVERNMENT AT CONTRACTOR FACILITY The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2000). Offerors are required to submit the following: a written proposal on letterhead or the SF 1449 Solicitation/Contract/Order for Commercial Items, signed and dated that contains the request ed supplies with unit prices(s), extended price(s), prompt payment terms, remittance address if different than the mailing address, descriptive literature of items being quoted (if applicable), solicitation number, time specified in the solicitation for re ceipt of proposals, name, address, and telephone number of the offeror, terms of any express warranty. If the proposal is not submitted on the SF 1449, responses shall include a statement specifying the extent of the agreement with all terms, conditions, and provisions in this solicitation. Respo nses that fail to furnish the required representations or information, or reject the terms and conditions of this solicitation may be excluded from consideration. FAR 52.212-2, Evaluation-Commercial Items (JAN 1999): The Government will award a contract resulting from this solicitation, on the basis of price alone. The low offeror whose proposal conforms to the solicitation shall be the recipient of the award. Offerors' responses shall include a completed copy of the representations and certifications at provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JULY 2002), and DFARS 252.212-7000, Offeror Representations and Certificati ons-Commercial Items, with their proposal. Offerors may obtain copies of the SF1449, representations and certifications by submitting a request via e-mail to the Contract Specialist, Ms. Barbara J. Thompson at Barbara.Thompson@hdqa.army.mil. The following clauses apply to this solicitation and are hereby incorporated by reference: FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Ord ers-Commercial Items (MAY 2002), subparagraphs (1), (5), (7), (11), (12), (13), (14) and (15); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following DFARS provisions and clauses apply to this solicitation and are incorporated by reference: DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items, DFARS 252.212-7001, Contract Terms and Conditions required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commerci al Items, DFARS 252-204.7004, Required Central Contractor Registration, and DFAR 252.225-7000 Buy American Act. Response time: All responses to this solicitation are due by close of business ---------------. All offerors shall send their responses electronically to the Defense Contracting Command via email directly to Barbara J. Thompson, Contract Specialist at Ba rbara.Thompson@hqda.army.mil. Reference RFQ DASW01-03-T-0012 ELECTRONIC SUBMISSION OF PROPOSAL (a) By submission of a proposal on electronic media, the offeror certifies that the submission is readable on the hardware and software operating system format specified in this combined synopsis solicitation, and has been verified as free of computer viru ses. Prior to any evaluation, the Government will check all files for viruses and ensure that all information is readable. In the event that any files are defective (unreadable), the Government may only evaluate the readable electronic files. However, if the defective (unreadable) media renders a significant deficiency in the offeror's proposal, the government may consider the proposal incomplete and not further consider such proposals for evaluation. (b) By submission the Offeror certifies that: (1) The electronic files of its offer submitted in response to the solicitation have been verified as readable on the hardware and software operating system format specified as follows: Microsoft Operating System 95 or compatible, Microsoft Office 97, and/ or Graphic Files may be in TIF, JPEG, or BMP format. (2) The electronic files of its offer submitted in response to the solicitation have been verified as free of computer viruses using the following software: Norton Anti-virus or comparable commercial software. (c) A proposal that fails to conform to the requirements of paragraphs (a) and (b) above may be subject to interception or delay at Governmental electronic communications portals. This interception or delay may result in the proposal being lost, delete d, destroyed, or forwarded in such a manner that the proposal arrives at the target destination past the time and date of the deadline for submission established in the solicitation. In the event that a proposal is lost, deleted, or destroyed due to the offeror's failure to confor m to the requirements of paragraphs (a) and (b) above, such proposal will be considered to have never been delivered to the Government. In the event that a proposal is delayed due to the offeror's failure to conform to the requirements of paragraphs (a) a nd (b) above, the proposal will be treated as late in accordance with the provision of this solicitation entitled Late Submissions, Modifications, and Withdrawals of Proposals. (d) Offerors will not submit proposals via any other mechanism including but not limited to post, courier, fax or orally unless specifically requested and or authorized by the Contracting Officer. By submitting a response, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. Failure to do so may represent grounds for refusing to accept the proposal. The Defense Priorities and Allocations System (DPAS) assigned rating is 15.
 
Place of Performance
Address: Defense Contracting Command-Washington(DCC-W) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN00368632-W 20030712/030710213726 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.