Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2006 FBO #1664
SOLICITATION NOTICE

V -- N/A

Notice Date
6/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Homeland Security, 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-MBS100
 
Response Due
6/23/2006
 
Archive Date
7/8/2006
 
Description
The U.S. Coast Guard intends to procure a complete meeting package to include lodging, accommodations (for at least 21 members), and conference rooms (for 50-60 people) to be held July 22, 2006 ? July 23, 2006, in Arlington, VA. This notice is a combined synopsis/solicitation for a commercial item 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 is on a(n) Unrestricted basis SCOPE: **SEE BELOW** Recreational Boating Safety Strategic Planning Panel Meeting July 21-22. 2006: Meeting Dates: July 22 and 23 (Saturday and Sunday) 8:00 a.m. to 5:00 p.m. each day Room Nights: USCG Contract Other Friday 40 5 Saturday 40 5 Sunday 40 5 Total 120 15 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 20-25. 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 Diagram of table set-up for Strategic Planning Meeting: Screen Podium 6 seats at head table 12 seats Per side ( Theater seating for 20-25 people) Lodging Accommodations must include the following: Sleeping rooms for Jul. 21, 2006 (40ea) Sleeping rooms for Jul. 22, 2006 (40ea) Sleeping rooms for Jul. 23, 2006 (40ea) Conference Room Package must include the following: Jul. 22, 2006, Includes set-up seating configuration, tables, audio/visual set-up Jul. 23, 2006, Includes set-up seating configuration, tables, audio/visual set-up Also supply information on Business Center use for copying, faxing, telecommunications, etc. HOW TO RESPOND: In order to compete for this project, interested parties must demonstrate that they are qualified to perform the work by providing a brief (20 pages or less) Technical and Cost Proposal by 2:00 PM, ET, June 23, 2006. Technical proposals must include: (1) Specific approach in meeting requirements outlined in the above Scope Area and compatibility of system/process with existing agency configuration. (2) Past performance history (current or within the last 18 months) on projects similar in scope and nature, with specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number). References will be checked to validate the information provided and to determine reliability/dependability. (3) Key personnel (those who would have the primary responsibility for performing and/or managing the project) with relevant qualifications and specific experience. Cost Proposal: provide Firm Fixed-Price,?broken out by labor hours, labor category, materials, and other direct costs?. Offerors must submit an original and two copies of the proposal 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 acceptable, but must be timely. Proposal Evaluation Criteria: (1) Price and price-related factors. (2) Technical. (3) Past performance of your organization, including adherence to schedules and budgets, the acceptability of previous products delivered, effectiveness of program management, and the offeror's willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties. This will be a Best-Value award determination. Price and Past Performance will be a factor, but technical factors are far more important. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 2006), 52.212-4 (Oct 2003), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Jan 2006). Offerors can retrieve 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) ET, June 20, 2006. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above.
 
Place of Performance
Address: Arlington, VA
Country: US
 
Record
SN01070484-W 20060617/060615220757 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.