Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2006 FBO #1516
SOLICITATION NOTICE

V -- N/A

Notice Date
1/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters 2100 Second Street, SW, Room B411, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCGG8-06-Q-D01003
 
Response Due
1/25/2006
 
Archive Date
2/9/2006
 
Description
The U.S. Coast Guard intends to procure a complete meeting package to include lodging, accommodations (for at least 30 members), and conference rooms (for 50-60 people) to be held February 4, 2006 ? February 6, 2006, in the Arlington, VA area. This notice is a solicitation for commercial services in accordance with Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Therefore, please read this entire notice, the instructions herein, and the attachment documents carefully. This acquisition will be made on an Unrestricted Basis. The Recreational Boating Safety Strategic Planning Panel is a chartered working group of the U.S. Coast Guard?s National Boating Safety Advisory Council (NBSAC). NBSAC is a statutorily-mandated advisory council, subject to the Federal Advisory Committee Act (FACA), charged with providing advice to the Coast Guard on boating safety issues. Members are appointed by the Secretary of Homeland Security. The Panel was established to assist the Coast Guard?s Office of Boating Safety in developing a strategic plan for the National Recreational Boating Safety Program. The Panel meets at the call of the Executive Director of NBSAC, in consultation with the Chairs of NBSAC and the Panel. In conformance with FACA, notices of meetings are published in the Federal Register and are open to the public. Lodging and meeting facilities must meet all Federal requirements for ADA accessibility, etc. Lodging at Federal Government per diem rates for Panel members and staff will be paid by the Coast Guard via Procurement Request. As a courtesy, additional rooms at the Federal Government per diem rate are requested for ?Friends of NBSAC? (e.g., representatives of marine industry, boating organizations, or the public who have been invited to make presentations to the Panel). Those rooms will not be guaranteed or paid via the contract that will be negotiated by the Coast Guard. Meeting Dates: Feb. 4 thru 6 (Saturday through Monday) 8:00 a.m. to 5:00 p.m. each day Room Nights: USCG Contract Other Friday 22 5 Saturday 23 5 Sunday 21 5 Monday 14 5 Function Space Required: Minimum 2400 square feet (require at least 40 foot x 60 foot room). Meeting room set u-shape for 30 with 3 feet of table space per person, plus theater seating for 15-20. In addition, two 6-foot tables are required for materials. A/V Equipment Required: 15 - Table microphones 1 - Podium w/ detachable microphone 1 - 12-24 channel audio mixer 1 - Minimum 8? x 8? screen (larger if available) 1 - Extension cord 1 - Surge protector/power strip HOW TO RESPOND: In order to compete for this project, interested parties must submit a proposal via fax or e-mail, by January 25, 2006 @ 11:00am EST, to Sonja Aiken, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to saiken@comdt.uscg.mil are encouraged and must be timely. Proposal Evaluation Criteria: (1) Technical Factors/Approach, (2) Past Performance, and (3) Price and price related factors (Firm-Fixed Price). This will be a Best-Value award determination. Price will be a factor but technical factors/approach are far more important. The following Federal Acquisition Regulation clauses are incorporated by reference: FAR Clause 52.212-1 and FAR Clause 52.212-4. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 04) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Mar 04) are attached. Offerors can also retrieve more information on these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by fax or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 12:00 (noon) EST, January 20, 2006.
 
Place of Performance
Address: ARLINGTON, VA
Zip Code: 22202
Country: US
 
Record
SN00967891-W 20060120/060118211547 (fbodaily.com)
 
Source
FedBizOpps 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.