Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2003 FBO #0612
SOLICITATION NOTICE

R -- Air Force Logistics Readiness Conference

Notice Date
8/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20332-0305
 
ZIP Code
20332-0305
 
Solicitation Number
Reference-Number-F8021031640100
 
Response Due
8/11/2003
 
Archive Date
8/26/2003
 
Point of Contact
William Underwood, Contract Speciaist, Phone (202) 767-8093, Fax (202) 767-7814, - Natalie Sitkowski, Contract Specialist, Phone 202-767-7939, Fax 202-404-3424,
 
E-Mail Address
William.Underwood@bolling.af.mil, natalie.sitkowski@bolling.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only synopsis/solicitation; proposals are being requested and a separate written synopsis/solicitation will not be issued. This synopsis/solicitation F8021031640100 is issued as a Request for Proposal (RFP). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition (FAC) 2001-14. The NAICS CODE is 561599 and the Small Business Size Standard is $6 million. Proposal evaluation factors are: (1) technical (2) price, and (3) value added benefits. Value added benefits and technical acceptability weigh more heavily than price. A proposal must be determined to be acceptable in order for value added benefits to be considered. Value added benefits might include benefits, which result in a cost savings. Evaluation factors other than cost or price, when combined are significantly more important than cost or price; however, cost/price will contribute substantially to the selection decision. The Government seeks to award to the offeror who gives the Air Force the greatest confidence that it will best meet or exceed the requirements affordably. This process permits tradeoffs among cost/price and non-cost factors, ultimately allowing the Government to accept other than the lowest priced proposal. The perceived benefits of the higher priced proposal shall merit the additional cost. Non-conformance with the instructions provided in this synopsis/solicitation may result in an unfavorable proposal evaluation. This is a best - value award determination requirement. Technical ratings are as follows: Acceptable or Unacceptable. Proposals will be rated as acceptable or unacceptable based on the proposal meeting the requirement of the Statement of Work. Any value added benefits must be clearly defined under a header, “Value Added Benefit”. Offerors must demonstrate a clear understanding of the requirement and how the requirement will be fulfilled. The 11th Contracting Squadron has a requirement for hotel accommodations; conference and meeting spaces; accommodations for an award banquet; audio visual equipment, electrical requirements, food and beverage services in accordance with the Statement of Work (SOW): Period of performance for this requirement is 3 – 6 Nov 03. Place of Performance is Crystal City, Arlington, Virginia. This requirement is subject to the availability of Fiscal- Year 2004 funds; lodging rooms, food and beverage service will be paid by the individual GPC/IMPAC/GWAC government credit card holder in accordance with the Joint Travel Regulation. Please provide prices in accordance with the quantities specified in the Statement of Work. For informational purposes, lodging, food, and beverage services pricing must be provided and must be in accordance with the Joint Travel Regulations. The CLIN structure, items, and quantities are as follows: CLIN 0001 Meeting Rooms; CLIN 0002 Audiovisual and Electrical Requirements; CLIN 0003 Lodging; and CLIN 0004 Food & Beverage Service (for compliance with the Joint Travel Regulation Purposes Only) in accordance with the SOW. This acquisition is being procured as a competitive best value acquisition; the contractor must provide all services in accordance with the Statement of Work. This competitive acquisition is being posted to fulfill the requirements of FAR Part 5.101(a)(2) for full and open competition. The Government reserves the right to award this effort based on the initial proposal without discussion. Prospective offerors are asked to register for this synopsis/solicitation at www.eps.gov. All prospective offerors will be held responsible for visiting the FedBizOpps system website (www.eps.gov) frequently and obtain any amendments or other information pertinent to the synopsis/solicitation. An original and two copies of the proposal shall be provided and must be delivered to the mailing address listed below for receipt of proposals. Prices must remain in effect from submittal of contract proposal through contract performance. All responses must be received no later than 12:00 (NOON). Eastern Standard Time on 11 August 2003 to 11 CONS/LGCN, 110 Luke Ave, Ste 250, Attn: William Underwood, Bolling AFB, DC 20032-0305 by mail. An official authorized to bind your company shall sign the offer. ALL PROSPECTIVE OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION BY THE PROPOSAL DUE DATE IN ORDER TO BE CONSIDERED FOR AWARD. A contractor can contact the CCR by calling 1-888-227-2423 or register at ww.ccr.gov. FAR Clauses 52.212-4 (Contract Terms and Conditions – Commercial Items), 52.212-3 (Representations and Certifications and DFARS 252.212.7000); 52.212-5 DEV; 52.223-11; 52.233-1; 52.243-1 52.247-28; 52.247-34; 252.201-7000; 252.204-7000; 252.204-7004; 252-246-7000. The FAR clauses web site is http://farsite.hill.af.mil or www.arnet.gov. SPECIAL NOTICE TO OFFERORS: Funds are not currently available for this project. The award will be made subject to the availability of Fiscal Year 2004 funds. The Government reserves the right to cancel this synopsis/solicitation, either before or after the receipt of proposal(s), with no obligation to the offeror by the Government in accordance with 52.232-19 -- Availability of Funds for the Next Fiscal Year (Apr 1984). This notice does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. Questions concerning this synopsis/solicitation should be addressed to William Underwood, Contract Specialist, Phone (202) 767-7932, or E-mail to William.underwood@bolling.af.mil. Fax proposals are acceptable, and it is the responsibility of the offeror to verify receipt of proposal by the due date and time. The fax number is (202) 767-7814. E-mail proposals will not be accepted. All questions must be received within 3 days of proposal receipt, to allow the Government time to provide a timely response. STATEMENT OF WORK FOR AIR FORCE (AF) LOGISTICS READINESS EXECUTIVE CONFERENCE (REVISED JULY 28, 2003) 1. INTRODUCTION. a. Headquarter (HQ) United States Air Force (USAF) Directorate of Logistics Readiness (HQ USAF/ILG), 1030 Air Force Pentagon, Washington, DC 20330-1030 has a requirement for conference and awards banquet support services for the week of 3 - 6 Nov 03 in Crystal City Arlington Virginia. b. Customer Point of Contact Information: HQ USAF/ILG Attn: Major Brian Yoo Phone Number: (703) 697-1093 Fax Number: (703) 614-1891 1030 Air Force Pentagon, Suite 4D255 Washington DC 20330-1030 E-mail: Brian.Yoo@pentagon.af.mil c. HQ USAF/ILG requires a wide variety of services to include lodging rooms, food & beverage service, meeting space, and audio visual & electrical requirements. A majority of the services (lodging rooms, food & beverage service, incidentals, etc.) will be paid via individual IMPAC/GWAC government credit card holder accounts, for which HQ USAF/ILG will not be liable. HQ USAF/ILG will be responsible for all other services (meeting rooms, audio visual equipment, electrical requirements, and cancellation fees) stated herein that are not provided on a complimentary (free) basis. 2. PROGRAM/PERFORMANCE OBJECTIVES. The contractor will be responsible for reserving adequate lodging rooms & meeting room space, providing food & beverage service, and fulfilling the audio visual & electrical requirements stated herein in support of the Air Force Logistics Readiness Executive Conference. 3. SCOPE 3.1 Description of Services: 3.1.1 LODGING ROOMS: The hotel will reserve and make available a minimum of 130 lodging rooms for the period of 3-5 Nov 03. All attendees will be responsible for their own lodging fees, tax (if applicable), and incidental charges. AF/ILG is not responsible in any way for these impending charges unless the conference is cancelled. If cancelled, AF/ILG will be responsible for the associated cancellation fee (see paragraph 3.1.9 of this Statement of Work for details). DAY DATE # OF LODGING ROOMS Monday 3 November 2003 130 Tuesday 4 November 2003 130 Wednesday 5 November 2003 130 Method of Reservation: The attendees will made reservations for the conference directly with the contractor. All reservation will require a major credit card guarantee from the attendee. 3.1.2 FOOD & BEVERAGE SERVICE 3.1.2.1 100 people will be served appetizers for a social gathering in a meeting room at the same hotel/conference site on Mon, 3 Nov 03 from 6:00 PM to 9:00 PM. Cheese and crackers, along with vegetable trays will be provided to attendees. Individuals will purchase all drinks separately. 3.1.2.2 The hotel will be responsible for preparing and serving breakfast on Tuesday, 4 Nov 03 for approximately 50 Annual Award winners and senior AF leaders. 3.1.2.3 130 people will be served AM Refreshments and PM Break Refreshments on Tuesday, 4 Nov 03. 3.1.2.4 130 people will be served AM Refreshments and PM Break Refreshments on Wednesday, 5 Nov 03. 3.1.2.5 The hotel will be responsible for setting up the awards reception for 350 people and banquet dinner for 350 on Wednesday, 5 Nov 03. 3.1.2.6 130 people will be served AM Refreshments and PM Break Refreshments on Thursday, 6 Nov 03. DAY DATE FOOD/BEVERAGE SERVICE # OF PEOPLE SOW REFERENCE Monday 3 Nov 2003 Social 100 Paragraph 3.1.2.1 Tuesday 4 Nov 2003 Awards Breakfast 50 Paragraphs 3.1.2.2 AM Refreshments 130 Paragraph 3.1.2.3 PM Break Refreshments 130 Paragraph 3.1.2.3 Wednesday 5 Nov 2003 AM Refreshments 130 Paragraph 3.1.2.4 PM Break Refreshments 130 Paragraph 3.1.2.4 Reception 350 Paragraph 3.1.2.5 Dinner 350 Paragraph 3.1.2.5 Thursday 6 Nov 2003 AM Refreshments 130 Paragraph 3.1.2.6 PM Break Refreshments 130 Paragraph 3.1.2.6 Awards Breakfast consists of: Country Scrambled Eggs, Bacon/Sausage links, breakfast potatoes, Orange juice, various bakeries, coffee or tea AM Refreshments consist of: coffee PM Break Refreshments consist of: Snacks and soft drinks Reception consists of: Various finger foods Dinner consists of : chicken or beef with vegetables, dessert, salad or soup, tea or coffee 3.1.3 INCIDENTAL CHARGES All incidental expenditures (parking fees, telephone, early/late departure, rollaways, etc.) are billable directly to the individual credit card holders as a personal expense. AF/ILG is not responsible and shall not be held liable in any way for these charges. 3.1.4 MEETING ROOMS A meeting room with a capacity of at least 200 people must be provided for use Tuesday, 4 Nov 03 through Thursday, 6 Nov 03. On an option only basis, subject to the availability of funds, up to seven (7) additional meeting rooms with a capacity of 10 to 15 personnel may be provided based on room availability for use Tuesday, 4 Nov 03 through Thursday, 6 Nov 03. DAY DATE STYLE CAPACITY(# OF PEOPLE) SOW REFERENCE Tues - Thurs 4 - 6 Nov 03 Classroom 200 Paragraph 3.1.4 Tues - Thurs 4 - 6 Nov 03 7 meeting rooms 15 people each Paragraph 3.1.4 3.1.5 AUDIO VISUAL EQUIPMENT & ELECTRICAL REQUIREMENTS DAY/TIME DATE MEETING QTY DESCRIPTION Monday – Friday/8:00am – 5:00pm 4–6 Nov 03 Regency AB, Meeting 1 1 Podium Microphone: EV ND767 Dynamic SupercardioD microphone (Code AE18) 1 XGA LCD (2100 Lumens) Package:- EIKI LC-X1UA Powerhouse XGA LCD projector, 1024 x 768 Res, 2100 lumens (Code VC54)- Rolling stand 42” (Code LR21)- (Code Y025) 1 9’x 12’ Front Projector Screen with Drape:- 9x12 Fastfold front projection fabric (Code SCAL)- 9x12 Drape Set w/valence, wings, & skirt (Code SH44)- 9x12 Fastfold aluminum frame (Code SCCL) 1 Cart and Cabling for Client’s Equipment:- 34 to 42” Multi height rolling cart (Code LR12)- Extension cord, 50’ (Code KA04)- Power extension strip-6 grounded outlets (Code KA14) 1 Client provided Laptop- Set up of audio visual equipment (Code Y092) DAY/TIME DATE MEETING QTY DESCRIPTION Monday – Wednesday/8:00am – 5:00pm 4 - 6 Nov 03 Washington A, Meeting 2 1 Podium Microphone: EV ND767 Dynamic SupercardioD microphone (Code AE18) 1 XGA LCD (2100 Lumens) Package:- EIKI LC-X1UA Powerhouse XGA LCD projector, 1024 x 768 Res, 2100 lumens (Code VC54)- Rolling stand 42” (Code LR21)- (Code Y025) 1 Cart and Cabling for Client’s Equipment:- 34 to 42” Multi height rolling cart (Code LR12)- Extension cord, 50’ (Code KA04)- Power extension strip-6 grounded outlets (Code KA14) 1 Client provided Laptop- Set up of audio visual equipment (Code Y092) 1 6’x 8’ Front Projector Screen with Drape:- 6x8 Fastfold front projection fabric (Code SCAE)- 6x8 Drape Set w/wings, adj. Skirt bar, skirt, valence bar and valance (Code SH34)- 6x8 Fastfold aluminum frame (Code SCCE) DAY/TIME DATE MEETING QTY DESCRIPTION Wednesday/ 7:00pm – 10:00pm 5 Nov 03 Regency EF, Dinner 1 Podium Microphone: EV ND767 Dynamic SupercardioD microphone (Code AE18) 1 XGA LCD (2100 Lumens) Package:- EIKI LC-X1UA Powerhouse XGA LCD projector, 1024 x 768 Res, 2100 lumens (Code VC54)- Rolling stand 42” (Code LR21)- (Code Y025) 1 9’x 12’ Front Projector Screen with Drape:- 9x12 Fastfold front projection fabric (Code SCAL)- 9x12 Drape Set w/valence, wings, & skirt (Code SH44)- 9x12 Fastfold aluminum frame (Code SCCL) 1 Cart and Cabling for Client’s Equipment:- 34 to 42” Multi height rolling cart (Code LR12)- Extension cord, 50’ (Code KA04)- Power extension strip-6 grounded outlets (Code KA14) 1 Client provided Laptop- Set up of audio visual equipment (Code Y092) 3.1.6 CUT OFF DATE Estimate figures (tax exempt) for lodging rooms, food & beverage service, meeting room space, audio visual equipment, and electrical requirements shall be provided on or before Monday, 6 Oct 03. After the cut off date, the contractor will review the reservation list of the event, release unreserved rooms for general sale, and determine whether or not they can accept future reservations based on a space and AF/ILG discount group rate availability. The final headcount is due 48 hours prior to the conference. 3.1.7 TERMINATION Either party may terminate this agreement at no charge for one or more of the following reasons: 3.1.7.1 The parties performance under this agreement is subject to acts of God, war, government regulation, terrorism, disaster, strikes, civil disorder, curtailment of transportation facilities, or any other emergency of a comparable nature beyond the parties control, making it impossible, illegal or which materially affects a party’s ability to perform its obligations under this agreement. 3.1.7.2 In the event that either part shall make a voluntary or involuntary assignment for the benefit of creditors or enter into bankruptcy proceedings prior to the date of the Group’s meeting, the other party shall have the right to cancel this agreement without liability upon written notice to the other. 3.1.7.3 The hotel shall promptly notify the group if there is a change in the management company which operates the hotel prior to the meeting, in which event group shall have the right to terminate this agreement without liability upon written notice to the hotel. 3.1.7.4 In the event of termination by the hotel under this section, the hotel shall refund all deposits and/or prepayments made by the group within five (5) days of the notice of termination. 3.1.8 CANCELLATION FEES In the event that the contract is cancelled after October 6, 2003, AF/ILG is liable for cancellation fees detailed in the contract. 3.1.9 BILLING ARRANGEMENTS 3.1.9.1 Lodging Rooms: All attendees shall be responsible to pay their lodging fees, tax (if applicable), and incidental charges 3.1.9.2 Food and Beverage Service: All attendees shall be responsible to pay their lodging fees, tax (if applicable), and incidental charges. . 3.1.9.3 Incidental Charges: All attendees shall be responsible to pay their lodging fees, tax (if applicable), and incidental charges. 3.1.9.4 Meeting Rooms: AF/ILG is liable for these charges as stipulated in the contract. 3.1.9.5 Audio Visual Equipment & Electrical Requirements: AF/ILG is liable for these charges as stipulated in the contract. 3.1.9.6 Cancellation Fees: AF/ILG is liable for these charges as stipulated in the contract. 3.2 Government Furnish Property/Services: None. 3.3 General Information: 3.3.1 Deliverables: None 3.3.2 Security Requirements: None 3.3.3 Period of Performance: 3 - 6 Nov 03 3.3.4 Place of Performance: Crystal City Arlington VA 3.3.5 Hours of Operation: 6:00 AM - 6:00 PM, 3/4/6 Nov 03 6:00 AM - 11:00 PM, 5 Nov 03 3.4 Appendices: None
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/DRU/11CONS/Reference-Number-F8021031640100/listing.html)
 
Place of Performance
Address: Crystal City VA
 
Record
SN00390720-F 20030803/030801223313 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.