Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2004 FBO #1042
SOLICITATION NOTICE

V -- Accommodations for Conference

Notice Date
8/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
Reference-Number-F73DAW42381600
 
Response Due
9/13/2004
 
Point of Contact
Mary Peters, Contract Specialist, Phone 334-953-3538, Fax 334-953-3543,
 
E-Mail Address
mary.peters@maxwell.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation number F73DAW42381600 is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24, and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) number 20040625. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. This acquisition is unrestricted; the North American Industry Classification System (NAICS) code is 721110 with a size standard of $6M. The 2004 AFROTC Commanders Conference will be held in Atlanta, Georgia, from 14 to 19 November 2004. The following accommodations and services are required by HQ AFROTC, Maxwell AFB AL: A hotel within a 10-mile radius of Hartsfield-Jackson International Airport, Atlanta, Georgia; reservations for 180 rooms; and other services as described in the Statement of Work (SOW). A Statement of Work and Pricing Schedule are attached. Failure to provide firm-fixed pricing for all line items required may result in removal of the proposal from further consideration. Clauses and provisions may be accessed via the Internet, http://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors—Commercial Items (Jan 2004) applies to this acquisition. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification—Commercial Items (May 2004). The government will award a purchase order resulting from this solicitation to the responsible offeror whose proposal, conforming to the solicitation, is most advantageous to the Government. Award will be made after 01 October 2004 in accordance with FAR 52.232-18, Availability of Funds. The following factors shall used to evaluate offers: pricing and technical acceptability (required accommodations, services, etc.). In determining the best value, the government will consider the following: the number and variety of on-site food & beverage options (restaurants, sports bars, room service, etc.), quality and extent of on-site fitness facilities (cardio-vascular equipment, weight equipment, pool, sauna, etc), layout and spaciousness of the facility (east of layout, size of hallways, acoustics in ballroom, etc) and number of elevators available to attendees to facilitate personal needs. The hotel must be registered in the Central Contractor Registration (CCR) (http://www.ccr.gov) database as well as the Wide Area Work Flow (WAWF) (https://wawf.eb.mil / 866-618-5988) database. Award will be made to a single source. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2003) is incorporated into this RFP. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes on Executive Order-Commercial Items (Jun 2004) is applicable. The following FAR clauses under paragraph (b) are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.204-7, Central Contractor Registration; 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels. DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition or Commercial Items (Jun 2004) is applicable. The following FAR and DFARS clauses under paragraph (a) and (b) are applicable: 252.225-7000, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.204-7004 Alt A, Required Central Contractor Registration Alternate A; Maxwell 114, Required Posters are also applicable. The Defense Priorities Allocations System rating is C9E. Proposals are due by 3:00 PM CDST on 13 September 2004. Proposals shall be mailed to 42d Contracting Squadron, Acquisition Flight B-1, LeMay Plaza South, Maxwell AFB AL 36112-6334, ATTN: Mary Peters, or emailed to mary.peters@maxwell.af.mil. Offers must meet all instructions set forth in this solicitation. Reference the solicitation number F73DAW42381600 on the proposal. Please email or fax questions to Mary Peters, mary.peters@maxwell.af.mil or (fax) 334-953-3543. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (27-AUG-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 01-OCT-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/MaxAFBCS/Reference-Number-F73DAW42381600/listing.html)
 
Place of Performance
Address: Atlanta Georgia
Country: USA
 
Record
SN00688247-F 20041003/041001214238 (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.