Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2006 FBO #1682
SOLICITATION NOTICE

V -- 2006 COMMANDANT OF CADETS NATIONAL CONFERENCE

Notice Date
7/3/2006
 
Notice Type
Solicitation Notice
 
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-F2XJA26167A200
 
Response Due
7/20/2006
 
Archive Date
8/4/2006
 
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 F2XJA26167A200 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) 2005-09, AFAC 2006-05, AETC FAR Sup NOV 2005 Defense Federal Acquisition Regulation Supplement and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) number 20060519. 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 2006 AFROTC Commandant of Cadets Conference (COC Conference) will be held in San Antonio, Texas, from 9 October to 13 October 2006. 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 San Antonio International Airport, San Antonio, Texas, Reservations for 175 rooms; and other services as described in the Statement of Work (SOW). Note: Conference attendees will confirm reservation using a personal or government credit card. Upon check-in, attendees will arrange payment for their own room and potential incidental charges. Nightly rates need to be included in bid, but overall cost of rooms shall not be included in total cost since each attendee will be paying this expense individually. Free shuttle service to and from the San Antonio International Airport (IAW SOW 2.3); 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 2006) 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, Online Representations and Certifications Application (ORCA) (https://www.bpn.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 (Sep 2005) is incorporated into this RFP. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes on Executive Order-Commercial Items (April 2006) 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 (May 2006) 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; 5352.201-9101 Ombudmans; 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 20 July 2006. Proposals along with completed attached price schedule shall be mailed to 42d Contracting Squadron, Acquisition Flight B-1, Building 804, Maxwell AFB AL 36112-6334, ATTN: Suzanne Carter. Offers must meet all instructions set forth in this combined synopsis/solicitation. Reference the solicitation number F2XJA26167A200 on the proposal. Please email or fax questions to Suzanne Carter, suzanne.carter@maxwell.af.mil or (fax) 334-953-3543. STATEMENT OF WORK 1.0 Accommodations: 1.1 Rooms. Hotel shall reserve a total of 175 rooms with check-in on Monday, 9 October 2006, and checkout on Friday, 13 October 2006. An 8 person staff will arrive on 8 Oct and will require rooms. An advance roster of attendees will be provided. The location will be San Antonio, TX 1.1.1 The reserved rooms shall not be released to other hotel guests without consent of HQ AFROTC/DOT (Captain Anthony Williams or Captain Robert Swenson). Rooms will be paid by the individuals attending the conference. Room rates should not exceed the published government rates. 1.2 Snack Breaks. Snacks shall be provided by the hotel two times each day ? one in the morning and one in the afternoon, Tuesday through Thursday (10 to 12 October 2006). The morning snack shall consist of coffee, tea, juice, milk, pastries and fresh fruit. The afternoon snack shall consist of coffee, tea, juice, soda, cookies, and fresh fruit. 1.3 Registration: Registration shall be held Monday, 9 October 2005, at 8:00 AM. The hotel shall arrange 3 each ? registration ?L-shaped? tables, 4 each ? chairs, 1 each ? wastebasket, clean buntings (not used since cleaning), and access to a power source. The registration area must be located within unobstructed, visual sight of the hotel front desk. 1.4 Command Post. A command post must be set up by Sunday (8 October 2006), from 6:00 PM through Friday (13 October 2006) at 12:00 Noon. 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 in room), a separate table on perpendicular wall, clean buntings (not used since cleaning), and 14 each ? chairs. 1.4.1 The following AV support shall be included in the Command Post: 10 each ? DSL Internet access points, 10 each ? (laptop) computers (Pentium4 with Microsoft Office to include Word, Excel, PowerPoint, Outlook and Explorer), 1 each ? printer, 3 each ? telephone lines with 3 telephones and 1 each ? fax line and 1 fax machine. 1.5 Conference room. The hotel shall have a main conference room to set up, to include AV support, no later than Sunday, 8 October 2006 at 6:00 PM. The conference room shall be available for use all day Monday through Friday, 8 to 13 October 2005. 1.5.1 The following AV support shall be 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). 1.6. Classroom. The hotel shall provide classroom seating for 175 personnel in appropriate unit arrangements each morning, 8 thru 13 October 2006. There shall be 4 distinct groups of 40 seats so that COCs/staffs from each region can be grouped together; 10 seats shall be front and centrally located. 1.7 Standard meeting sets. The hotel shall provide 1 standard meeting set (pens and paper) for each of the 175 conference attendees. 1.8 Podium. The hotel shall provide a standing podium on a riser with an additional riser connected. Two (2) each additional risers for the projection screens shall also be provided. Water rounds shall be available at the aisles. 1.9 Breakouts. The hotel shall be able to accommodate ?breakouts? Monday through Friday, 9 to 13 October 2006, to include AV support and multi-level easels. Four (4) rooms with classroom seating for a minimum of 40 personnel in each room are required. The main conference room may be used to support breakouts if air walls are available to open/close in order to create 4 separate rooms. 1.9.1 The following AV support shall be included in EACH of the 4 breakout rooms: 1 each ? 1800 LCD projector and 1 each ? 6? x 8? screen. 1.9.2 The hotel shall provide 5 multi level easels ? 1 for each of the 4 breakout rooms and 1 each for the Command Post. 2.0 Available Services 2.1 Restaurant. The hotel shall have a minimum of one on-site restaurant that serves at least 3 meals (breakfast, lunch, and dinner) daily. 2.2 Fitness Center. The hotel shall have an on-site fitness center. The fitness center shall be free with 24-hour access for the 175 conference attendees. 2.3 Shuttle Service. The hotel shall provide free shuttle service to and from the San Antonio International Airport for all conference attendees until all have arrived and/or departed. 2.4 Calls. The hotel shall provide free local calls for all conference attendees. 2.5 Parking. The hotel shall reserve a minimum of 15 parking spaces from 8 to 13 October 2005 for conference attendees. 3.0 Personal Charges. 3.1 Each member attending the conference is responsible for payment to the hotel for all room charges. PRICE SCHEDULE: 0001 8 Rooms 5 nights$________Total$__________IAW SOW 1.1; 0001A 167 Rooms 4 nights$________Total$__________IAW SOW 1.1.2; 0002 Snack Breaks 3 days$________Total$__________IAW SOW 1.2; 0003 Set up for 1 each $________Total$__________Registration area,Command Post,Conference room,Breakouts.IAW SOW 1.3, 1.4,1.4.1 1.5, 1.6, 1.9 & 1.9.2; 0004 Podium Set Up 1 each $_________Total$__________IAW SOW 1.8; 0005 Standard Meeting Sets 175 each$________Total$__________IAW SOW 1.7; 0006 AV Support 1 each$________Total$__________IAW SOW 1.4, 1.4.1,1.5, 1.5.1, 1.9 & 1.9.1; TOTAL COST OF ITEMS 0002-0006:$_________________ Items described in paragraphs 2.0 thru 2.5 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 8-13 October 2006 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.
 
Place of Performance
Address: SAN ANTONIO, TEXAS
Country: US
 
Record
SN01082262-W 20060705/060703220300 (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.