Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2005 FBO #1343
SPECIAL NOTICE

X -- DCMA Fall 2005 Commanders' Conference

Notice Date
7/29/2005
 
Notice Type
Special Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Defense Contract Management Agency, Defense Contract Management Agency, DCMA Procurement Center (DCMAC-W), ATTN DCMAC-W 6350 Walker Lane Suite 300, Alexandria, VA, 22310-3241
 
ZIP Code
22310-3241
 
Solicitation Number
S5105A-06-T-0001
 
Response Due
8/22/2005
 
Archive Date
9/6/2005
 
Description
Headquarters, DCMA, Alexandria, Virginia has a requirement for meeting space and accommodations (for approximately 225 attendees within the Government Per Diem Rate) to support the 2005 Fall Commanders? Conference scheduled for 24 ? 28 October 2005, alternate dates are: 31 October ? 4 November 05, and 14 ? 18 November. Locations being considered are: Nashville, TN and Orlando, FL ONLY. The contractor shall provide all labor, equipment, audio/visual (A/V) equipment, lodging and food/beverage requirements as stated in this solicitation. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This Notice has 3 (three) attachments: (1) Statement of Work. (2) CLINs and Meeting Space Spreadsheets - Offeror should add any further anticipated costs not already specified in the attachment (to include labor). (3) Offeror Representations and Certifications-Commercial Items. (FAR 52.212-3) The requirements for this combined synopsis/solicitation are outlined in the Statement of Work. Solicitation: QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All persons responding must reference solicitation number S5105A-06-T-0001, which is being issued as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27. 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. The requirement is unrestricted, full and open competition. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulations (FAR) provisions and clauses are applicable to this acquisition: Full text clauses and provisions are available at http://farsite.hill.af.mil. 52.232-18, Availability of Funds; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: Quotes will be evaluated as to acceptability, availability, price, and past performance. Vendors shall submit a clear description of the space and services to be provided which will be used in the government technical review. A best value award will be made to the lowest responsive quote from a responsible bidder submitting an offer found to be most advantageous to the government. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Attachment (3)), and return it with their quote. The following clauses are hereby incorporated by reference: Contract Terms and Conditions-Commercial Items; and 52.232-36, Payment by Third Party. Clause 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), applies to this acquisition. Clause FAR 52.252-2, Clause Incorporated by Reference, applies to this acquisition. Additionally, DFARS clauses 252.204-7004, Required Central Contractor Registration; and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisition of Commercial Items are applicable. Questions regarding this solicitation: Questions pertaining to the solicitation must be submitted via e-mail to Ms. Gena Leake at gena.leake@dcma.mil not later than 12:00 PM (noon) Eastern Standard Time, Friday, 12 August 2005. Questions will not be accepted by phone. Receipt of Quotes: Quotes shall be received at DCMAC-W, ATTN: DSP (Ms. Gena Leake), Alexandria, VA, not later than 12:00 PM (noon) Eastern Standard Time, Monday, 22 August 2005. Quotes must be submitted via e-mail to Ms. Gena Leake at gena.leake@dcma.mil. In order to be considered for award, offerors MUST SUBMIT: (1) Letter signed by an individual authorized to bind the organization, with a schedule of offered items to include prices and menu and the hotel room rate per night (at no higher than the government per diem rate). Please include the date range(s) you can accommodate. (2) Acknowledgement of any amendments that may be issued. Amendments that may be issued will be published at FedBizOpps the same as this combined synopsis/solicitation. (3) CAGE code and DUNS number. (4) Completed Attachment (3) Offeror Representations and Certifications-Commercial Items. (5) Completed Attachment (2) CLIN Spreadsheet - Offeror should add any further anticipated costs not already specified in the attachment (to include labor). (6) Price list for miscellaneous expenses (i.e. packages, faxes, copies). (7) Price list for Audio/Visual. Quotes will be evaluated as to acceptability, availability, and price. Vendors shall submit a clear description of the space and services to be provided which will be used in the government technical review. A best value award will be made to the lowest responsive quote from a responsible bidder submitting an offer found to be most advantageous to the government. Invoices: The contract for this conference will be paid by Government Purchase Card after completion of the conference. All invoices submitted for payment against a resulting contract must cite the name and address of the contractor/offeror cited in Block 17a of the award document (SF1449). Invoices citing any other contractor name and address will be rejected and returned unpaid. INQUIRIES BY PHONE WILL NOT BE ACCEPTED.
 
Place of Performance
Address: Nashville, TN OR Orlando, FL ONLY
Country: United States of America
 
Record
SN00857613-W 20050731/050729211550 (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.