Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2006 FBO #1761
SOLICITATION NOTICE

X -- Rental Meeting Facility

Notice Date
9/20/2006
 
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
HSCGG8-07-Q-TEY001
 
Response Due
9/29/2006
 
Archive Date
10/13/2006
 
Description
DESCRIPTION: The U.S. Coast Guard intends to procure Contractor rental meeting facility, per Statement of Work (Base + four 1yr. options). 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 an Unrestricted basis. SCOPE: STATEMENT OF WORK U.S. Coast Guard C4IT WG Conference Room 1.0 BACKGROUND The C4IT team was formed as a result of the CG-6 Project 126 quick study conducted in December 2005. This team was comprised of a cross section of senior C4IT representatives from TISCOM, C2CEN, CG-6, MLCLANT (t), MLCPAC (t), ESU St. Louis and ESU Seattle (see appendix A). The purpose of this team was to provide recommendations to put CG-6 on course to meet the objectives of the Project 126 study. In addition, these deliverables were to align the CG-6 organization with the LTPIO transformation effort. Three objectives were assigned to this team: 1. Define the C4IT end-state processes that would ultimately fit into a Bi-level maintenance model. 2. Define the doctrine/policy by which the model will operate. 3. Define core performance metrics that CG-6 should use to determine its organizational health. 2.0 PURPOSE This statement of work is to acquire the use of meeting facilities from a commercial vendor to conduct a series of conferences throughout the year. Expected number of meeting days is 60 for FY2007, with the maximum number of meeting days in one week being three. 3.0 OBJECTIVES N/A 4.0 REQUIREMENTS The Contractor shall provide a meeting facility in the surrounding of 10 mile radius of Dulles Airport located in Dulles, Va. A minimum room size of approximately 500 square feet and a maximum room size of approximately 1000 square feet. Room should be set up in a conference format, environmentally controlled to maintain a constant comfortable temperature of approximately 70-72 degrees Fahrenheit. Room will contain a white board with dry erase markers, an easel with markers, and the ability to utilize a projector for presentations. Power outlets should be sufficient to allow connection of up to 10 electronic devices at one time. 5.0 SCOPE Meeting facility will need to be available during the hours of 0700 through 1800. Room should be capable of being secured during lunch periods to ensure safeguarding of materials and equipment. 6.0 CONTRACTOR FURNISHED ITEMS Contractor will furnish coffee in the morning, and coffee and sodas in the afternoon as a minimum for refreshments. 7.0 GOVERNMENT FURNISHED ITEMS N/A 8.0 SCHEDULE FOR DELIVERABLES Start date will be October 1, 2006 or immediately after contract award. Reservation dates will be arranged by phone conversation, electronic mail, and/or physical meeting with Contracted personnel at the contractor's facility. Conference room reservations will be made a minimum of one week in advance. U.S. Coast Guard Points of Contact: CDR Stuart Ehrenberg, 202-321-4486 LCDR Harry Wilson, 202-475-3627 . HOW TO RESPOND: In order to compete for this project, interested parties must be registered in the Central Contracting Registration and 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, Sept 29,2006. Technical proposals must include: (1) Specific approach in meeting requirements outlined in the Performance Work Statement 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 one copy of the proposal to PO Jess Maanao, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to Jess.K.Maanao@uscg.mil are acceptable, but must be timely. Proposal Evaluation Criteria: Lowest Price Technically Acceptable. 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 (Aug 2006). (6)(i) 52.219-7, (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (31) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.217-5 Evaluation of Options. As prescribed in 17.208(c): EVALUATION OF OPTIONS (JULY 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government?s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.232-18 Availability of Funds. As prescribed in 32.705-1(a), AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government?s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 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, Sept 25, 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: Washington, DC.
Zip Code: 20593
Country: UNITED STATES
 
Record
SN01149220-W 20060922/060920220247 (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.