Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2005 FBO #1348
MODIFICATION

V -- Accomodations for Conference

Notice Date
6/28/2005
 
Notice Type
Modification
 
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-F2XJA95098A100
 
Response Due
7/12/2005
 
Point of Contact
Suzanne Carter, Contract Specialist, Phone 334-953-3538, Fax 334-953-3543,
 
E-Mail Address
suzanne.carter@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 F2XJA95098A100 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) 2005-03, AFAC 2005-0209, AETC FAR Sup NOV 2002 Defense Federal Acquisition Regulation Supplement and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) number 20050422. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. This acquisition is being solicited on an unrestricted basis; the North American Industry Classification System (NAICS) code is 721110 with a size standard of $6M. The 2005 AFROTC Commanders Conference will be held in Atlanta, Georgia, from 29 October to 04 November 2005. The following accommodations and services are required by HQ AFROTC, Maxwell AFB AL: A hotel within a 7-mile/and or 15 minute radius of Hartsfield-Jackson International Airport, Atlanta, Georgia; reservations for 195 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 or http://arnet.far.gov. 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 2005) applies to this acquisition. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification Commercial Items (March 2005). 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. The following factors shall be 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. Offerors are reminded that hotel industry standard “comps” such as extra/free rooms, free beverages and/or meals are not allowable for any Government employees who will be working with the hotel. These type of actions are in violation of procurement integrity rules and will be investigated. The contractor 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 (Jan 2005) 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. REQUEST ALL PROPOSAL REACH THIS OFFICE NLT 3:00 PM EST on 12 July 2005. Proposals shall be mailed to 42d Contracting Squadron, Acquisition Flight B-1, Building 804, Maxwell AFB AL 36112-6334, ATTN: Suzanne Carter, or emailed to suzanne.carter@maxwell.af.mil. Offers must meet all instructions set forth in this combined synopsis/solicitation. Reference the solicitation number F2XJA95098A100 on the proposal. Please email or fax questions to Suzanne Carter, suzanne.carter@maxwell.af.mil or (fax) 334-953-3543 or Elizabeth Walker, elizabeth.walker@maxwell.af.mil or (fax) 334-953-3543. STATEMENT OF WORK FOR 2005 AFROTC COMMANDER’S NATIONAL CONFERENCE 1.0 Accommodations 1.1. Rooms. Hotel shall reserve a total of 195 rooms for the 2005 Air Force Reserve Officer Training Corps (AFROTC) Commander’s National Conference in Atlanta, Georgia. 1.1.1. Twelve (12) hotel rooms shall be reserved for check-in on Saturday, 29 October 2005, and check-out on Friday, 4 November 2005. 1.1.2. One hundred eighty-three (183) hotel rooms shall be reserved for check-in on Sunday, 30 October 2005, and check-out on Friday, 4 November 2005. 1.1.3. Eighteen (18) hotel rooms shall be upgraded with access to the lounge and/or regular rooms with access to the lounge area. 1.2. Registration. Registration shall be held Sunday, 30 October 2005, at 8:00AM. The hotel shall arrange 3 each “L-shaped” tables, 4 each tables, 1 each waste basket, clean buntings (not used since cleaning), access to a power source. The registration area must be located within unobstructed, visual sight of the hotel front desk. 2.0. Meals 2.1. First Evening Dinner. The hotel shall provide a dinner for all 190 conference attendees on Sunday, 30 October 2005, from 7:00 to 9:00 PM. Enough heavy hors d’oevres, assorted soft drinks, water and tea, and 2-each cash bars will be provided for all attendees. The area shall be set- up with double-sided reception, scattered cocktail rounds, centerpieces and seating. 2.2. Luncheon. The hotel shall provide a luncheon on Tuesday, 1 November 2005, at 11:30AM, with seating for the 190 conference attendees. 2.2.1. Menu. Menu choices for the lunch meal shall consist of: (1) red meat, (2) white meat/fish and (3) vegetarian option. 2.3. Formal Dinner. The hotel shall provide a dinner on Thursday, 3 November 2005, at 7:30PM, with seating for all 190 conference attendees. 2.3.1. Menu. Menu choices for the dinner meal shall consist of the following: 2.3.1.1. Appetizer choices shall consist of: (1) shrimp cocktail and (2) onion rings. 2.3.1.2. Main course choices shall consists of: (1) red meat, (2) white meat/fish and (3) low sodium vegetarian. All main courses shall be served with vegetable(s), dinner rolls and dessert. 3.0. Main Conference Room, Refreshment Breaks, Command Post, Breakouts, and A/V Setup 3.1. Main Conference Room. The hotel shall have a main conference room set up no later than Saturday, 29 October 2005, at 6:00PM. The conference room shall be available for use all day Sunday through Thursday, 30 October through 4 November 2005. 3.1.1. The following AV support shall in included in the main conference room: 2 each – 1800 lumen LCD projectors, 2 each – 6’ x 8’ screens, 2 each – speakers mounted on poles, 4 each UHF wireless microphones (2 lavaliere and 2 hand held), 1 each – podium microphone, 1 each – 27” VGA monitor (screen facing the briefer). 3.1.2. Standard meeting sets. The hotel shall provide 1 standard meeting set (pens and paper) for each of the 190 conference attendees. 3.1.3. Podium. The hotel shall provide a standing podium on a riser with an additional rise connected. Two (2) additional risers for the projection screens shall also be provided. 3.1.4. Water. The hotel shall provide water rounds at the aisles. 3.2. Refreshment Breaks. Refreshments shall be provided by the hotel two times each day – one in the morning and one in the afternoon, Monday through Friday (31 October through 4 November 2005). The morning snack shall consist of breakfast type beverages and food items to accommodate all attendees. The afternoon snack shall consist of coffee and other assorted beverages and snacks to accommodate all attendees. 3.3. Breakouts. The hotel shall set up classroom seating for 190 conference attendees in appropriate unit arrangements (4 distinct groups of 40 seats each, plus 10 seats front and centrally located) each morning, Sunday through Thursday, 30 October through 4 November 2005. The main conference room may be used to support breakouts if air walls are available to open/close in order to create four separate rooms. One each multi-level easel shall be included in each of the four separate rooms. 3.3.1. The following AV support shall be included in each of the 4 breakout rooms: 1 each – 1800 lumen LCD projector, and 1 each – 6’ x 8’ screen. 3.3.2. The hotel shall provide 5 each multi-level easels – 1 for each of the 4 breakout rooms and 1 for the Command Post. 3.4. Command Post. A command post shall be set up by Sunday, 30 October 2005, at 6:00PM, through Friday, 4 November 2005, at 12:00PM. The hotel shall set up the command post area as described to include AV support: 4 each - tables along back wall, 4 each - tables along front wall, (a coffee station shall be in nearby room), 1 each – separate table on perpendicular wall, clean buntings (not used since cleaning), 14 each – chairs. One each – multi-level easel shall be provided. 3.4.1. The following AV support shall be provided by the hotel and set up in the command post: 10 each – DSL/Cable Internet active access points, 10 each – laptop computers (Pentium4 with Microsoft Office to include Word, Excel, PowerPoint, Outlook and Explorer) connected to internet points and working, 1 each - printer, 3 each – telephones lines with 3 telephones, 1 each – fax line and 1 fax machine. 4.0 Available Services 4.1. Internet Link. The hotel shall provide an Internet link to HQ AFROTC no later than 8 October 2004 for attendees to register on-line that can be posted on the HQ AFROTC website. 4.1.1. The hotel staff shall provide HQ AFROTC/DOT with an updated registration listing at the following intervals: 30 days, 15 days, and daily the 7 days leading up to the first day of the conference. 4.1.1.2. On Sunday, 30 October 2005, a listing of all conference attendees that have checked in at the top of the hour starting at 1200PM until all attendees have checked in and been assigned room numbers. 4.2. Restaurant. The hotel shall have a minimum of one on-site restaurant that serves at least three (3) meals (breakfast, lunch and dinner) daily. The hotel will ensure an “all-inclusive” rate, to include food, drink, taxes, and tip, for lunch is available only to conference attendees. 4.3. Fitness facility. The hotel shall have an on-site fitness facility. The fitness facility shall be free with 24-hour access for the 190 conference attendees. 4.4. Shuttle service. The hotel shall be within a 7-mile and/or 15 minute radius of the Hartsfield-Jackson International Airport, Atlanta, Georgia, and provide free shuttle service from and to the airport for all conference attendees until all have arrived and/or departed. 4.5. Calls. The hotel shall provide free local calls for all conference attendees. 4.6. Parking. The hotel shall reserve a minimum of 15 free parking spaces from 30 October through 4 November 2005 for conference attendees. 5.0. Personal Charges 5.1. HQ AFROTC will pay for rooms (to include late check out fees), break snacks, and AV support. However, incidental room charges for (including, but not limited to) room service, long-distance/Internet charges, movies, etc. will be charged to the individual member. Each member is responsible for pre-arranging with the hotel, payment for incidental charges – if the individual provides a personal credit card. 6.0. Service Delivery Summary Description SOW Paragraph Performance Threshold Accommodations Para 1.0. 12 Rooms available for check-in on 29 Oct18 3 Rooms available for check-in on 30 Oct18 Rooms upgraded with access to lounge or lounge area Meals Para 2.0. First evening dinner for 190 attendees from 7PM to 9PM Lunch, 1 Nov at 1130AM for 190 attendees Formal Dinner, 3 Nov at 7:30PM for 190 attendees Meeting & Conference Rooms, Refreshment Breaks, and A/V Para 3.0. Conference room will be available NLT 29 Oct 05 at 6PM Refreshments available twice a day from 31 Oct - 4 Nov Breakouts - 4 separate rooms from 30 Oct - 3 Nov 2005 AFROTC COMMANDERS CONFERENCE PRICE SCHEDULE: Description Qty Unit Price Total Price 0001 12 Rooms IAW SOW 1.1.1 , 6 nights, unit price:$________, total price: $__________ 0001A 183 Rooms IAW SOW 1.1.2, 5 nights, unit price: $________, total price: $__________ 0001B 18 Room Upgraded IAW SOW 1.1.3, unit price: $________, total price: $__________ 0002 AM Snack Breaks, 5 days, unit price: $________, total price: $__________ IAW SOW 3.2 0002A PM Snack Breaks IAW SOW 3.2 , 5 days, unit price: $________, total price: $__________ 0003 Set up for Registration area, Command Post, Conference room, Breakouts IAW SOW 1.2, 3.1, 3.3, 3.3.2, & 3.4, 1 each, unit price: $________, total price: $__________ 0004 Podium Set Up IAW SOW 3.1.3, 1 each, unit price: $________ , total price: $__________ 0005 Standard Meeting Sets IAW SOW 3.1.2, 190 each, unit price: $________, total price: $__________ 0006 AV Support IAW SOW 3.0, 3.1.1, 3.3.1 & 3.4.1, 1 each, unit price: $________, total price: $__________ 0007 Luncheon IAW SOW 2.0, 2.2 & 2.21, 1 each, unit price: $________, total price: $__________ 0008 Dinner IAW SOW 2.0, 2.1, 2.3, 2.3.1.1 & 2.3.1.2, 2 each, unit price: $________, total price: $__________ 0009 Provide Internet link to HQ AFROTC by 8 Oct 05 IAW SOW 4.0-4.1., 1 each, unit price: $________, total price: $__________ 0010 Provide updated registration list sas specified IAW SOW 4.1.1 & 4.1.1.2, 1 each, unit price: $________, total price: $__________ TOTAL COST: $_____________________ Items described in paragraphs 4.2, 4.3, 4.4, 4.5, and 4.6 of the Statement of Work (SOW) are required by the hotel to provide, but should not impact the cost: · on-site restaurant that services 3 meals per day daily · free on-site fitness center with 24 hour access · free shuttle service to and from airport · free local calls · free parking spaces and shall reserve a minimum of 15 free parking spaces from 30 October through 4 November 2005 The offeror shall address each item listed above as to availability and provide a detailed explanation of conformance to the Statement of Work. In determining the best value offer, in addition to price, the government will consider: the number and variety of on-site food & beverage (restaurants, sports bars, room service, etc.), quality and extent of fitness facilities (cardiovascular equipment, weight equipment, pool, sauna, etc.), layout and spaciousness of the facility (ease of layout, size of hallways, acoustics in ballroom, etc.), and number of elevators available. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-JUN-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 03-AUG-2005, 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-F2XJA95098A100/listing.html)
 
Place of Performance
Address: Atlanta, Georgia
 
Record
SN00861989-F 20050805/050803213532 (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.