Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 19, 2006 FBO #1788
SOLICITATION NOTICE

V -- Conference Facilities

Notice Date
10/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, Washington Contracting Center (ACW), Attn: ACW Mail Stop D-6 4600 Sangamore Road, Bethesda, MD, 20816-5003
 
ZIP Code
20816-5003
 
Solicitation Number
Reference-Number-HM1576-06-T-0038
 
Response Due
11/17/2006
 
Archive Date
12/2/2006
 
Point of Contact
Lora Mackin, Contract Officer, Phone (301) 227-6933, Fax (301) 227-5759, - Brenda Monch, Contracting Officer, Phone (301)227-6646, Fax (301)227-6441,
 
E-Mail Address
ladsond@nima.mil, monchb@nga.mil
 
Description
Background: The National Geospatial-Intelligence Agency (NGA) Office of Acquisition Contracts (AC) is currently seeking potential sources for conference facilities within the Washington, D.C. Area. Description: This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 and 13.3, 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-16). The Solicitation, Statement of Work, Contract Clauses, (and any amendments) will be available for downloading on the Federal Technical Data Solution (FedTeDS), website at https://www.fedteds.gov for all interested parties, under HM1576-06-T-0038. It is the responsibility of each offeror to review web pages at Federal Business Opportunities (FBO), (http://www.fbo.gov) and FedTeDS (https://www.fedteds.gov) for notice of amendments, updates or changes to current information. This requirement is unrestricted. The Government encourages the participation of Small Business concerns and welcomes their responses to this solicitation. The North American Industry Classification System (NAICS) code is 561920, Conference and Trade Show Organizers, NAICS 72110, Hotels except Casino Hotels and Motels and NAICS 541690, Other Scientific and Technical Consulting Services. The offerors shall provide separate pricing for each of the Contract Line Items Numbers (CLINs) interested in. Offerors shall provide rates for the period of performance of the Blanket Purchase Agreement. If rates vary by month, Contractor shall propose rate by month. Contractor shall propose terms and conditions such as deposits and cancellation policy. All CLINs shall be in accordance with the Statement of Work and by each order. CLIN 0001: The Contractor shall provide a Complete Meeting Package (CMP) rate in accordance with the Statement of Work herein. The CMP rate shall include facilities with conference room complete with A/V package including speaker systems and microphones and the ability to accommodate power point briefings, DVDs and cads, use of break rooms, and attendant(s) to address to details throughout the event. Rate shall be specified by accommodation capacity such as: 10-50 people, etc. per conference room and break out room(s) capacity. Location to be between 50-150 miles from Bethesda, Maryland. CLIN 0002: The Contractor shall provide Daily Complete Meeting Package (DCMP) rate in accordance with the Statement of work herein. The DCMP rate shall include facilities with conference room complete with A/V package including speaker systems and microphones and the ability to accommodate power point briefings, DVDs and cads, use of break rooms, and attendant(s) to address to details throughout the event. Rate shall be specified by accommodation capacity such as: 10-50 people, etc. per conference room and break out room(s) capacity. Location to be between 0-50 miles from Bethesda, Maryland. CLIN 0003: The Contractor shall provide Secret Classified Certification Facilities (SCIF) Complete Meeting Package (CMP) rate and or Daily Complete Meeting Package (DCMP) rate. Conference room complete shall include A/V package including speaker systems and microphones and the ability to accommodate power point briefings, DVDs and cads, including break out rooms. Rates shall be specified by accommodation capacity (e.g. 10-50 people, etc. by conference and break out room's capacity.) Part I: General Contractors wishing to receive awards must be registered in the DoD Central Contractor Registration (CCR) database. For planning purposes, registration as a prerequisite to receiving a DoD contract will be enforced. Registration may be made via the internet at www.BPN.gov. http://ccr. This is a Blanket Purchase Agreement (BPA) established to issue calls/orders through the Contracting Officer. Request for quotations and notification of awards will be sent to the Contractor via the internet or by telephone call. All pertinent details relating to the required supplies/services will be furnished when individual calls are placed. The Contractor shall furnish said service/supplies when ordered in accordance with the General Terms within the BPA and terms on the order. This BPA is not a contract. The government is not obligated to place any orders, and the vendor is not obligated to accept any orders. The BPA can be canceled by either party at any time. This Agreement may be withdrawn by either party furnishing written notice at least 30 days prior to the desired date of discontinuance. When the Government's review of performance reveals late delivery, overpricing, or other areas of contractor non compliance with the terms of this BPA the Government may suspend or withdraw this Agreement without prior written notice. The Government is obligated only to the extent of authorized call/orders placed against the BPA by the Contracting Officer or his/her designee. The Contractor agrees to furnish the requested items/services in accordance with the general terms and conditions of this BPA. A written record of each purchase is prepared and a receipt is created at the time each individual call/order. Evaluation Criteria: Offeror will be evaluated based on the following criteria. 1. Ability to meet the stated requirements. 2. Type and variety of recreational amenities 3. Room accommodations. 4. Overall atmosphere of facility. 5. Past performance. 6. Distance (0-50, 50-150 miles, per CLIN) 7. Cost. (All non-costs factors, when taken together, are significantly more important than cost. Task Order Process: The following is an explanation of how the services shall be requested after the BPA is established. A task order specifies and authorizes work to be accomplished by the Contractor to satisfy Government task requirements. Task orders issued under this BPA will not be synopsized. To the extent practicable, the Government will give fair consideration to all contractors for task orders. Task order shall be awarded on the basis of lowest price, best value, or a combination thereof. Task Order Request: The government will issue the task order request to the Contractor for review and preparation of a proposal. The request for task order proposal will specify the technical requirements, the desired deliverable product or service, performance standards, documentation standards, and acceptance criteria. Authorized Callers: The Contracting Officer listed below or other warranted acquisition personnel may make individuals calls/orders against this BPA to place orders up to the simplified acquisition threshold of $100,000, or the $5,000,000 limitation for commercial items. Contracting Officer, Lora L. Mackin Warranted Acquisition Personnel: TBD Non-warranted authorized individuals named below may place orders with the BPA Contractor up to a maximum dollar limitation per transaction and may not exceed the micro-purchase the hold of $2,500. Non Warranted Authorized Individuals: TBD Restrictions: Individual purchases shall not exceed the simplified acquisition threshold; however the limitation for individual purchases for commercial item acquisitions conducted under Subpart 13.5 is $5 Million. Purchases which would normally be made as single orders shall not be split to avoid any order limitation delegated or authorized to the individual. The Period of Performance of this BPA is from time of award to 365 days after award with four possible option years. BPA orders are to be prepared on Optional form (OF) 347 or 1449, Order for Supplies or Services in accordance wit FAR 13.307 and must comply with the terms and conditions of this BPA. Modifications: The only authorized modifications to this BPA are those made by the Contracting Officer. PART II: Invoices a. Payments under this BPA shall be processed by electronic funds transfer as prescribed in FAR 52.232-1. Block No. 21, "Mail Invoice To" on the OF347 shall specify the designated billing office. All deliveries under this agreement, except those for newspapers, magazines, or other periodicals, shall be accompanied by delivery tickets or sales slips that shall contain the following minimum information: Name of supplier. BPA number Date of purchase Purchase number Itemized list of services/supplies furnished. Quantity, unit price, and extension of each item, less applicable discounts (unit prices and extensions need not be shown provided that the invoice itemized to shows date of delivery of service. b. A summary invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period, identifying the delivery tickets covered therein stating their total dollar and supported by receipt copies of the delivery tickets. c. An itemized invoice shall be submitted at east monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period and for which payment has not been received. These invoices need not be support bed copies of delivery tickets. d. When billing procedures provide for an individual invoice for each delivery, these invoices shall be accumulated, provided that: a. A consolidated payment will be made for each specified period; and b. The period of any discounts will commence on the final date of the billing period or on the date of receipt of invoices for all deliveries accepted during the billing period, which ever is later. The following clauses are applicable to all calls placed under this agreement unless specifically deleted in an individual order. Modifications to clauses in this agreement affecting more than one order can only be made by specific agreement between the parties. Clauses Incorporated by Reference: 52.212-1 Instructions to offerors ? Commercial Items Jan 2004 52.212-4 Contract Terms and Conditions ? Commercial Items Oct 2003 (Applicable to each task order) END
 
Record
SN01166835-W 20061019/061017220841 (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.