Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2006 FBO #1727
MODIFICATION

X -- Complete Conference Package

Notice Date
8/17/2006
 
Notice Type
Modification
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
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-HCF001
 
Response Due
8/16/2006
 
Archive Date
9/5/2006
 
Point of Contact
Jess Maanao, Store Keeper, Phone (202)372-4069, Fax (202)372-4905, - Jess Maanao, Store Keeper, Phone (202)372-4069, Fax (202)372-4905,
 
E-Mail Address
jmaanao@comdt.uscg.mil, jmaanao@comdt.uscg.mil
 
Description
DESCRIPTION: The U.S. Coast Guard intends to procure One (1) complete conference package in the Miami, FL area (Restricted to not more than a 5 mile radius of area code 33132). 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: Dates of Service: Friday 11/10/06 ?V Friday 11/17/06 Type of Conference: Organizational Strategy and Development Audience: VIPS Conference Coordinator and Contracting Officer??s Representative for contract: LT Diane D. Perry Tele: 202-267-0007 Fax: 202-267-4849 Wireless:202-422-8724 Email: DDPerry@comdt.uscg.mil Mailing Address: USCG Commandant (G-CPD) 2100 Second Street, SW Room 3304 Washington, DC 20593 Number of Attending Principals Total: 89 Attendees Support Personnel: ? Temporary Detail: 16 ? Principal Support (security/Admin): 10 Total: 26 Attendees Speakers/Presenters TBD Estimate: 5 Bid Request for Accommodations: Recognize Tax Exempt Status Date Lodging Rooms (at Per diem/tax exempt) Cumulative Total 11/10/06 10 10 11/11/06 15 25 11/12/06 19 1 Executive Suite 45 11/13/06 118 (includes 1 Presidential Suite w/ adjoining rooms, surrounding rooms, and 5 Executive suites) 163 11/14/06 118 (includes 1 Presidential Suite w/ adjoining rooms, surrounding rooms, and 5 Executive suites) 281 11/15/06 118 (includes 1 Presidential Suite w/ adjoining rooms, surrounding rooms, and 5 Executive suites) 399 11/16/06 45 ((includes 1 Presidential Suite w/ adjoining rooms, surrounding rooms, and 5 Executive suites) 517 (Numbers subject to change) Characteristics of Sleeping Rooms: Master Bill Rooms ?V All at Government Per Diem (currently $108/night)/ TAX EXEMPT (A rooming list will be provided, with the majority of rooms paid using a central master account. Individual Credit Cards should only be taken for incidentals/Meals.) *Tax Identification Number (TIN): 54-6010204 Note: Centrally Billed - Credit card purchases are billed directly to and paid directly by the federal government. Lodging purchases made with the following federal government credit cards are exempt: Visa & MasterCard that contains an account number that begins with 4486, 4716 or 5568 and the sixth digit from the beginning of the account number is 0, 6, 7, 8, or 9. Centrally billed credit cards utilize the account numbers listed above. Purchases made with this type of card are exempt. It is not necessary that an exemption certificate be issued in conjunction with the above referenced credit cards. For audit purposes, a copy of the credit card and billing statement are adequate documentation to verify the exemption. ? Non-Smoking King Rooms Preferred. Approx. ? 3 Double Smoking Rooms ? 1 Presidential(VIP) Suite w/adjacent guestroom and 1-2 adjoining rooms (11/13-11/17/06) ? Occupancy in all rooms surrounding Suite for security and aides (11/13-11/17/06) ? 5 Standard suite upgrades (VIPS) (11/13-11/17/06) ? Located in vicinity of Meeting Spaces Meeting Space (24 hr access) 11/13/06 -11/16/06 ? Registration Area: Lobby check in/ Seats 30 Crescent Rounds ? General Session 1: Hard Walled ? Table for Scribe/ Facilitator? Seats 150 Crescent Rounds Audio Visual Requirements: ? 12??X12?? Projection Screen ? Power Cart/ A/V table ? Podium ? Inhouse Sound for mics ? Surcharge on A/V ? General Session 2: Hard Walled ? Table for Scribe/ Facilitator Seats 40 Crescent Rounds ? 8??X 8?? Projection Screen ? Power Cart /A/V Table ? Inhouse Sound for mics ? Podium ? Surcharge on A/V Break Out Room 1: Break Out Room 2: Both seat 30 Crescent Rounds , Power carts, and podiums Meals/Break Room: Seats 120 Can accommodate group for breaks and group lunch(if required)- May also be used for fitness if wellness facilities are inadequate based on size of the group. If used for fitness 0600-0700 each morning: 20 chairs along perimeter of room; If Group Lunch required:, ? A/V: 12?? X12?? Screen, podium, power cart, A/V cart, in-house sound system, and table in back for scribes. ? Surcharge on A/V 11/10/06- 11/17/06 Staff Office: Seats 20 with space for computers, supplies, and admin ? Duplex High Speed B/W Copier (Rental includes toner and copies). PAPER will be provided by the US Coast Guard- (24 hr access) ? 4 Dedicated T1 Cable lines (for our network) ? 3 Telephone lines Tables lined around room, 2 long tables in center for seating and administrative functions. 11/10/06 Impromptu Meeting Space: Accommodates 15 (adjacent to office) Large Rounds 11/14-11/17/06 Continuous Coffee Break Packages ? Note: No PM Break on 11/17 Venue should include information which describes: ? Transportation (on site) if Conference Rooms are separate ? AM and PM Breaks/ Continuous ? Exercise/Fitness Facilities ? Special Events ? Tennis Court Times on Arrival Date ? Local Area Attractions ? Displays in Hallway areas adjacent to Meeting Rooms ? Agenda displays (via screens, podiums, etc.) ? In house restaurant menus ? Local Restaurants ? Green Initiatives (Conservation/Recycling Efforts) ? 408 Compliance(Disability Access) ? Experience Dealing with Government Groups/Flexibility w/ changes VERY Basic Agenda: 11/10/06 1200-1700 TBD Staff Arrival and Setup: Offices (until 11/17/06 mid day) On-Site Pre-Conference with the Hotel Staff 11/11-12/06 1200-2400 1300-1700 Equipment tests/ Staff Setup Offices- Varying times- Sponsor (VIP) Arrival OCONUS Arrivals 11/13/06 1200 to 2200 1300 to 2000 Principals Arrival Registration/ Meeting Space Setups 11/14/06-11/15/06 0745-1130 1130-1300 1300-1630 Meetings /Breakouts/Office Lunch (Venue should provide options for group lunch billable to individuals) Meetings/Breakouts 11/16/06 0800-1230 1300-2000 Meetings/ General Sessions and AM Break only-Conference Wrap up Staff Wrap Up (Offices) 11/17/06 0700-1300 Staff Wrap Up (Office) and Departure Departure of West Coast and OCONUS Attendees *** Break times TBD: Expect AM/ PM Breaks to keep group attentive and energized. NO PM break on 11/16/07; No AM/PM Breaks on 11/17/06. - Interested parties must be registered in Central Contracting Registration http://www.ccr.gov/. - Security Threat Vulnerability assessment of the premises will be conducted as part of the evaluation criteria. 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 10:00 AM, ET, August 21, 2006. Technical proposals must include: (1) Specific approach in meeting requirements outlined in the services 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. Offerors must submit an original and one copy of the proposal to Jess Maanao, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to jmaanao@comdt.uscg.mil are strongly encouraged, but must be timely. Proposal Evaluation Criteria: (1) Price and price-related factors. (2) Technical approach. (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(Mar 2005), 52.212-4(Sept 2005), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items(Feb 2006)52.222-3, Convict Labor (June 2003). 52.222-26, Equal Opportunity (April 2002). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec2001). 52.222.36, Affirmative Action for Workers with Disabilities (June 1998). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans fo the Vietnam Era, and Other Eligible Veterans (Dec 2001). 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) 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, August 9, 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: Miami, Fl
Zip Code: 33132
Country: UNITED STATES
 
Record
SN01117821-W 20060819/060817220507 (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.