Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2004 FBO #0970
SOLICITATION NOTICE

X -- Hotel & Conference Facility

Notice Date
7/21/2004
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-04-T-0042
 
Response Due
8/2/2004
 
Archive Date
8/17/2004
 
Point of Contact
Barbara Bowles, Contracting Officer/Contract Specialist, Phone 910-432-8598, Fax 910-432-9345,
 
E-Mail Address
bowlesb@soc.mil
 
Description
The U.S. Army Special Operations Command has a requirement for Conference facility and lodging in support of a Family Advocacy Conference during the period of September 19 ? 21, 2004. Specific requirements are as follows: 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes must reference Request For Quotation number H92239-04-T-0042. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-24. It is the Contractor?s responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at farsite.hill.af.mil. The North American Industry Classification System Code (NAICS) is 721110. Size Standard is $6M. This requirement is unrestricted. 1) Sunday, September 19. 2004. a) Check in. b) Desk set up in lobby for registration. c) Room for Icebreaker with 150 attendees. d) light hors d?oeuvres and non-alcoholic beverages for the mixer. 2) Room Requirements. Sunday, 19 September, through Tuesday, 21 September. a) One small room or guest room for Operations Center to include phone and fax lines as well as Internet connectivity. Prefer that this room be close to the conference room that will be used Monday & Tuesday. b) Overnight - Four (4) guest rooms for Family Readiness Staff. c) Overnight - 100 guest rooms blocked under USASOC Family Advocacy Conference. (rooms shall be blocked for individual reservation by each attendee). d) Copying machine available - the Government will provided its own paper. e) On site security. 3) Conference Requirements. Monday, September 20, 2004 and Tuesday, September 21, 2004. a) 0700-1800 Large theater-style conference room to seat 120. b) Equipped with a Podium with microphone; PC; Projector; Small table; Screen; and Wireless Lavalier microphone. c) An audio visual technician shall be on site both days from 0800-1700. d) Tuesday, September 21, 2004 only - a desk shall be provided in the back of conference room. 4) Meals. a) Breakfast available in hotel early enough to accommodate the 0800 start time. b) Breakfast snacks shall be provided at 9:45 am each day (pastries, fresh fruit, juice, coffee, water) and located in an area outside of the conference room. c) Afternoon snacks shall be provided at 2:30 pm each day (cookies, sodas, water) and located in an area outside of the conference room. d) Water shall be available in an area outside conference room all day, each day. 5) Proposed Location - Fayetteville vicinity within 50 miles. EVALUATION AND AWARD. Award will be made to the responsive, responsible offeror whose proposal conforms to this solicitation and is the "Best Value" to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) acceptability (2) price and (3) past performance. Acceptability is defined as the offeror?s ability to meet or exceed the Government?s requirements. Acceptability factors include but are not limited to: suitability of the proposed location, quality of the proposed items of supply, and fitness of the accommodations proposed. The Government may require a site visit of the proposed location in order to determine overall acceptability. It is the Government?s expectation that an award will be made not later than August 15, 2004. A best value award will be made to the bidder submitting an offer found to be most advantageous to the government. To be considered for award, the contractor shall be have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov ) End of Clause. 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5 (D), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.204-7004, Central Contractor Registration. Additionally, DFARS 252.212-7001 (D), Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items applicable. PROPOSALS ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Barbara Bowles), Building E-2929 Desert Storm Drive, Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. ET, August 2, 2004. Fax submissions will be accepted at (910) 432-9345. E-mail submissions will be accepted at bowlesb@soc.mil, however, it is the contractor?s responsibility to ensure that e-mail submissions are received by the contracting officer. DO NOT SEND DUPLICATE SUBMISSIONS. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit and total price, (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Questions concerning this acquisition shall be submitted in writing and e-mailed to the contracting officer?s address provided no later than July 26, 2004. Telephonic questions will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contact for this requirement is Ms. Barbara Bowles, Contract Specialist at (910) 432-8598, e-mail bowlesb@soc.mil.
 
Place of Performance
Address: Fort Bragg/Fayetteville, NC Vicinity
 
Record
SN00628090-W 20040723/040721212959 (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.