Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2003 FBO #0698
SOLICITATION NOTICE

X -- Hotel/Conference Rooms

Notice Date
10/24/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
FA4416-04-T-0004
 
Response Due
10/27/2003
 
Archive Date
11/11/2003
 
Point of Contact
Myla Gale, Contract Specialist, Phone (301)981-1246, Fax (301)981-1910, - Gerome Jordan, Contract Officer, Phone 3019812304, Fax 3019811911,
 
E-Mail Address
Myla.Gale2@andrews.af.mil, Gerome.Jordan@Andrews.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued.. 2. Solicitation number F140253731400 is issued as a request for quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12 and DFC 20030214. 4. This is a 100% Small Business Set-Aside. If there is no offers received from a small business concern, this acquisition for small business set-aside may be dissolved and the acquisition open to all responsive bidders. NOTE: This acquisition will not be reposted to the Electronic Posting System if the acquisition is dissolved for 100% small business consideration. Number note 1 is applicable The NAIC code is 721110 and the size standard is $6,000,000. 5. This solicitation contains four line item as follows: CLIN 0001: LODGING: Dates: 5-6 Nov 03: 115 people x 2 nights x $______=CLIN 0002: MEALS. 0002AA: 5 Nov 03, PLATED DINNERS: 120 Plated Dinners x ________ =___ 0002AB: 6 Nov 03, Breakfasts Buffet: 120 Breakfasts x 1 day x $______=____ . 0002AC: 6 Nov 03, Lunch Buffet: 120 lunches x 1 day _________ = _____ . 0002AD: 6 Nov 03, Dinner Buffet: 120 Buffet Dinners x ________ =_____ CLIN 0003: CONFERENCE/BANQUET ROOMS: Non-Personal Services a total of three (3) Conference Rooms to include podium, microphone and projection screen Number of attendants: 120 . 0003AA: Date/Times: 5 Nov 03, 1:00 pm- 4:00 pm, Purpose: Formal Briefing. 0003AB: Date/Times: 5 Nov 03, 6:00 pm- 11:00 pm, Event: Formal Banquet Ceremony (Plated dinner). 0003AC: (Conference Room #1) Date/Times: 6 Nov 03, 07:30 ? 08:30 am, Breakfast Buffet and Formal Briefings, 12:15pm ? 1:00pm Luncheon Buffet, 6:00 pm - 8:00 pm, Dinner Buffet. 0003AD: Dates/Times: 6 Nov 03, 11:15am ?1215 pm, Purpose: Formal Briefing, Number of attendants: 25. 0003AE: Dates/Times: 7 Nov 03, 08:00am ? 12:00 pm, Purpose: Formal Briefing. Number of attendants: 120. 7. Period of Performance: 5 Nov 03-7 Nov 03. Place of Performance: Contractor?s place of business. FOB Destination. 8. The provision at FAR 52.212.1, Instructions to Offerors, applies to this acquisition. Multiple offerors and awards are hereby deleted from this solicitation. All quotes must be for all items, as stated, partial quotes will not be considered. Award will be made to a single vendor. All inquiries or questions pertaining to this solicitation must be submitted in writing by the concern party at least 2 business days prior to closing date. The offeror agrees to hold the prices in its offer firm until 4 Nov 03. 9. The provision at FAR 52.212-2, Evaluation of Commercial Items applies. Addendum to Paragraph (a), The Government will award a purchase order resulting from this RFQ to the most responsive, responsible offers whose offer represents the best value in terms of the following factors in descending order. Best value will be based upon a tradeoff between non-price and price factors. The contractor?s location is significantly more important than price consideration. 9a. The Government will review all offers for completeness. The Government prefers that the contractor be located in Charlottesville VA, 22901. Contractors who are located in Charlottesville VA may receive the most favorable rating. The non-priced evaluation factors will receive an assigned rating of exceptional, acceptable, marginal, or unacceptable. The Government reserves the right to enter into and agreement with other than lowest offeror. The government intends to enter into an agreement without discussions, nevertheless, the government may communicate with an offeror in order to clarify or verify information submitted in its offer. 10. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications Commercial, with its offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation. 11. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/ . The following FAR clauses are applicable: FAR 52.212.4, Contract Terms and Conditions Commercial Items, with addendum; The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jun 2003), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept 2002); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (Jun 2003); and 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (May 1999). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2003), applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Apr 2003); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2003); and 252.247-7023 - Transportation of Supplies by Sea, Alternate III (May 2002). The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); and 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2001). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. The following DFARS clauses are applicable. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items and DFAR 252.204-7004, Required Central Contractor Registration. DFAR 525.232-7009. 14. Offerors are required to complete and include a copy of the following provisions with their proposals. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items;, Offeror Representations and Certifications-Commercial Items; and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate 15. If interested, e-mail, fax or mail your offer to the POC stated herein. Quotations must be received no later than 04:00 pm EST, 27 Oct 2003. The Government prefers that all offers are e-mailed to the point-of-contact below with solicitation number (FA4416-04-T-0004) and contractors name listed in the subject block. Facsimile proposals will be accepted at 301-981-1913 or 1910. Mail offers/proposals should be mailed to: 89 CONS/LGCBC, 1419 Menoher Drive, Andrews AFB MD 20762 (Attn: Tenant Team/SSgt Gale ? F1402532731400. 17. The Government Primary point-of-contact is SSgt Gale (301-981-2391). myla.gale2@andrews.af.mil). The secondary point-of-contact is MSgt Jordan (301-981-2361 (gerome.jordan@andrews.af.mil).
 
Place of Performance
Address: Contractor's Place of Business
Country: USA
 
Record
SN00459451-W 20031026/031024213310 (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.