Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2004 FBO #0977
MODIFICATION

V -- PROVIDE LODGING & MEALS ATLANTA GEORGIA 16-20 SEPTMEBER 2004

Notice Date
7/28/2004
 
Notice Type
Modification
 
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-0043
 
Response Due
7/26/2004
 
Archive Date
8/14/2004
 
Point of Contact
Valaida Bradford, Contract Specialist, Phone 910 3960560, Fax 910 4329345,
 
E-Mail Address
bradforv@soc.mil
 
Description
AMENDMENT 0002: MORE QUESTIONS AND ANSWERS The response date remains Friday, 30 July 2004 by 2:00 p.m. 1. Vendor ask: Does the hotel absolutely have to be a Four Star Hotel Will you consider a 3-Star? We wish to acquire a four star hotel. 2. Vendor ask: Does chevron seating mean classroom seating? Explain. Chevron seating means the the tables are arranged in "V" formation, in multiple rows, with the large end of the V open to the front of the room so that everyone can easily see the head table, speakers, etc. Chevron seating is desired for the large banquet rooms when the entire group is together (17th and 19th of September). Preferred seating in classrooms on the 18th of September is horseshoe shape (long tables arrange in a "U") so that the speaker/instructor is able to move about in the middle and everyone can see the other participants. 3. Vendor ask: Do you need 50 rooms only for the 16 and again for the 19 Do you need 150 rooms only on the 17 and 18th? We need 50 rooms on the 16th and 19th, and 200 rooms (including the other 50) The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for accommodations to support the CAPOC Family Program Academy in Atlanta, Georgia, 16-20 September 2004. The contractor shall provide all labor, equipment, lodging, and meals unless otherwise specified in the statement of work. This is a combined synopsis/solicitation for commercial items/services 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 shall reference the Request for Quotation number H92239-04-T-0043. 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. The North American Industry Classification System (NAICS) is 721110. The size standard is $6M. This requirement is unrestricted, full and open competition. The contractor shall provide fifty (50) hotel rooms 16 and 19 September 2004 and one hundred and fifty (150) hotel rooms 17-18 September 2004. Confirmation of the total number of rooms shall be provided to the contractor 2 weeks prior to conference and cancellation of rooms 24 hours prior to arrival. The federal government is tax exempt. The contractor will include any applicable tax within the quoted room rate. A tax exempt number will be provided to the successful offeror. Rooms shall be available to accommodate smoking and disabled. Hotel shall be a minimum of a 4-star facility, and located within a twenty (20) mile radius of the Atlanta/Heartsfield International Airport, provide shuttle service from the Atlanta/Heartsfield International Airport to the hotel, and provide a hotel baggage storage area. Hotel will grant a late checkout by one hour for special cases without penalty. Check out time on the day of departure will be 1:00 PM. Contractor shall provide a room for registration on 17 September 2004 from 8:00 AM-10:00 PM. The set for the registration room shall require ten (10) 6 or 8 foot tables, skirted with two (2) chairs for each table, two (2) easels for poster displays and two (2) flip charts with markers, as well as contractor to provide water service for staff. Light refreshments or hor d?oeuvres for 200 people shall be served during registration on 17 September 2004 from 6:00 ? 8:00 P.M. Room set up is round tables of ten with tablecloths. Refreshment/hor d?oeuvers buffet is hotel choice but should allow a couple of special diet needs items. Contractor shall provide one large room to accommodate 200 people on Saturday, 18 September 2004 for the OPENING CEREMONY of the conference from 7:00 ? 10:00 A.M. Chevron style seating for 200 people with skirted tables, water tables, and audiovisual equipment to include two (2) wireless lavaliere microphones, large screen, lectern, riser and LCD projector shall be provided by the contractor. Meals shall include breakfast for 175 people each on Saturday morning 18 September 2004 and 175 each on Sunday morning, 19 September 2004, 6:45-7:45 AM, consisting of an egg dish, meat, assorted pastries and breads, fruit, coffee, tea and juice. Contractor is requested to also provide coffee and tea during morning class changes. Lunch meals are requested to be prepared by the contractor and served for 50 people on Friday, 17 September 2004, 10:30 AM ?1:30 PM, served for 200 people on Saturday, 18 September 2004, 11:30 AM-1:30 PM, and served for 50 people on Sunday, 19 September 2004 from 12:30-2:30 PM. The lunch meals are hotel choice and should include a protein entr?e, vegetable, starch, and dessert as well as include a couple of special diet need meals on 17 and 19 September, but include several dietary choices on 18 September. On 17 September 2004, lunch may be buffet or sit down, tables shall be U-shaped with tablecloths and the room shall include an easel and pens, proxima, screen and a lavaliere microphone. On 18 September 2004, lunch shall be sit down, the room shall be set up with tables in rounds of 10 and room equipped with audio visual equipment to include two (2) cordless lavaliere microphones, a large screen, lectern, riser and LCD projector. On 19 September 2004, lunch shall be buffet, tables arranged in a U-shape with tablecloths and the room equipped with an easel and pens. Contractor shall provide a large room for storage and administrative purposes located near the breakout rooms for conference supplies and materials from 9:00 AM on 16 September 2004 until 3:00 PM, 20 September 2004. This storage/administrative room shall include a phone and data port for computer and printer access. The contractor shall provide eight (8) breakout rooms from 6:00 AM on 18 September 2004 to 12:00 noon on 19 September 2004 to accommodate 20 people per room. These breakout rooms will be equipped with round tables with tablecloths; phone and data port for computer access and include an overhead, projector screen, easels, pads, pens and candy. Water tables are requested in each breakout room with glasses and shall be refreshed between classes. Vendor displays will require ten (10) 6?or 8? tables for vendor displays set up the entire weekend, 16-20 September 2004 in a common area between breakout rooms for the purpose of promoting networking. The contractor shall provide midmorning and afternoon breaks consisting of coffee, tea, water and ice tea on 18 September 2004. Cookie and fruit trays shall be provided as for afternoon breaks between 2:00 and 3:00 PM on 18 September 2004 for 200 people. On 19 September 2004, the contractor shall again provide a midmorning break consisting of coffee, tea, water and ice tea with cheese, crackers and fruit trays or the equivalent for 200 people. Contractor will provide a breakout room for a Chapel from 7:00-8:00 AM, on Sunday, 19 September 2004 to accommodate approximately 30 people. Contractor will provide another large room for 200 people with chevron seating and skirted tables from 7:00 AM-1:00 PM on 19 September 2004 to include a water station and glasses, audio visual equipment including two (2) cordless microphones, large screen, podium, lectern and LCD projector with wireless clicker. Breakout rooms shall be in close proximity to allow for quick movement of attendees between classes, and break service shall be centrally located. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at farsite.hill.af.mil. 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: "The evaluation factors are accommodations offered in the proposal and price. After evaluation, government personnel prior to award will conduct an unannounced site visit. The checklist for the unannounced site visit is: 1.) Cleanliness 2.) Staff support and customer service 3.) Restaurant, gift shop, business support, exercise room facilities 4.) Quality of food and service 5.) Conference space 6.) Conference room layout 7.) Common area between conference rooms (are there multiple floors when changing rooms) 8.)Bathrooms, phone and smoking areas in relationship to conference rooms 9.) Handicap accessible areas 10.) Number of elevators and distance between conference rooms 11.) Amenities in hotel room i.e. hair dryers, toiletries, cable with movies 12.) Shuttle service to and from airport 13.) Kiosk at airport 14.) Baggage claim area 15.) Check in service. Accommodations offered are slightly more important than price. The Government will make an award determination of best value based on the accommodations offered in the proposal, site visit, and price.? 52.212-3 Alt I, 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, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses being applicable to the solicitation: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.247-64, 52.252-2, Clauses Incorporated by Reference, and. Additionally, DFARS 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.247-7024 applicable. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Valaida J. Bradford), Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. ET, Friday, 30 July 2004. E-mail submissions are preferred however; fax submissions will be accepted at (910) 432-9345. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include price and menu, (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in the FedBizOpps the same as this combined synopsis/solicitation. Questions pertaining to the solicitation must be submitted in writing and may be faxed to Valaida J. Bradford at (910) 432-9345 or forwarded via email at bradforv@soc.mil. Valaida J. Bradford is the point of contact regarding this solicitation.
 
Place of Performance
Address: Atlanta, GA
Country: USA
 
Record
SN00632480-W 20040730/040728213010 (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.