Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2005 FBO #1147
SOLICITATION NOTICE

X -- Conference Center

Notice Date
1/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
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
FA4416-05-T-0006
 
Response Due
1/27/2005
 
Archive Date
2/11/2005
 
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 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 FA4416-05-T-0006 is a request for quotation. 3. This solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular 2001-26 & 27, & Class Deviation 2004-o0001. 4. This acquisition is a 100% Small Business set aside. If there are no offers received from small business concern, this acquisition for small business set aside may be dissolved and the acquisition will be 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. The North American Industry Classification System Code is 721110 and the size standard is 6 million dollars. 5. The solicitation contains one line item as follows: CLIN 0001: Conference Center Facility for Senior Leadership Conference. CLIN 0002: Audio/Visual equipment with capability to present power point slides, LCD Projector, Projector Screen, Flip Charts, and analog line (internet capability). 6. Period of Performance: 7 Feb 2005 through 11 Feb 2005 7. INSTRUCTIONS: The provision at FAR 52.212-1, Instructions to Offerors, applies to this acquisition. Multiple offers 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 contractor. The following items should be returned in response to this solicitation. The response shall consist of 2 parts: (1) CLINS 0001 and 0002 cost (2) physical address of your company. Questions regarding this acquisition shall be submitted via e-mail to primary point-of-contact mailto:elizabeth.torres@andrews.af.mil and secondary point-of-contact mailto:tanika.pierce@andrews.af.mil no later than two (2) business days prior to the solicitation closing date. Answers to questions shall not qualify the terms of the solicitation and specifications. Unless this solicitation is amended in writing, it will remain unchanged. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of the solicitation amendments shall be applied. 8. BASIS FOR AWARD: 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 solicitation to the most responsible and responsive offeror whose offer represents the overall ?best value? and forms to the solicitation. Best value will be based upon a tradeoff between non-price and price factors. (b). The non-price factor, location, is significantly more important than price. 1) Non- Price Factor: Location: The government prefers that the conference center be located within a 15 mile radius of St. Augustine FL, 32084. Contractors located in close proximity to St. Augustine FL, 32084, may receive a more favorable rating. NOTE: The contractor?s location will receive an assigned rating of exceptional, acceptable, marginal or unacceptable. c) The government reserves the right to enter into an agreement with other than lowest offeror. The government intends to enter into an agreement without discussions, nevertheless, the government may communicate with an offeror to clarify or verify information submitted in its offer. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 9. 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, DRARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); and DRARS 252-225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation. 10. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsiste.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. 11. FAR 52.212-5 CONTRACT TERMS AND CONDITI0NS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (June 2004) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to the right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) The Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components- (i) 52.219-8, Utilization of Small Business Concerns (Oct 2000)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Apr 2003)(46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (c) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 12. Not Applicable 13. OFFER DUE DATE: Quotations must be received no later than 12:00 PM Eastern Time, 27 January 2005. The Government prefers that all offers be emailed to the point of contact(s) below with solicitation number (FA4416-05-T-0006) and contractors name listed in the subject block. Facsimile proposals will be accepted at 301-981-1910. Mail offers/proposals should be mailed to: 89 CONS/LGCB, 1419 Menoher Drive, Andrews AFB, MD 20762, (Attn: Tenant Team/Lt Elizabeth Torres ? FA4416-05-T-0006) 14. The Government Primary point-of-contact is Lt Torres 301-981-3511, (elizabeth.torres@andrews.af.mil). The secondary point-of-contact is Capt Pierce 301-981-2391, (tanika.pierce@andrews.af.mil).
 
Place of Performance
Address: St Augustine, FL
Zip Code: 32084
Country: United States
 
Record
SN00735277-W 20050116/050114212029 (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.