Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2007 FBO #2081
SOLICITATION NOTICE

X -- EXHIBIT BOOTH/SPACE RENTAL

Notice Date
8/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F3PH177179A002
 
Response Due
8/13/2007
 
Archive Date
8/28/2007
 
Description
Description The 12th Contracting Squadron, Randolph AFB TX, has a requirement to acquire booths in support of the Chief of Staff Team Excellence Award (CSTEA) in accordance with the attached Description of Supplies for the period 24 September 2007 through 26 September 2007. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5 as supplemented with additional information included in this notice. The solicitation document and incorporated provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-18. Previous deliverables for this requirement can be found at http://www.fedteds.gov. Period of Performance is 24 September 2007 through 26 September 2007. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ). IAW 10 U.S.C. 2304c(1), as implemented by FAR Part 6.302-1?Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. A firm-fixed price award will be in accordance with the Description of Supplies. The associated North American Industry Classification System Code (NAICS) is 531120; size standard $6.5 million. Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. FAR 52.212-3, Offeror Representations and Certifications--Commercial Items. Offerors are reminded that Representations and Certifications are to maintained at the following website: http://orca.bpn.gov/publicserach.aspx . In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items that can be obtained at http://farsite.hill.af.mil, FAR Part 52 or on-line at http://orca.bpn.gov. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet Access at the AF FAR Site, http://farsite.hill.af.mil: The provisions at FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-4, Contract Terms and Conditions; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, (Deviation) with these additional FAR clauses marked: FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C 4212); FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam ERA, and other Eligible Veterans; FAR 52.222-48 FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); Far 52.222-50?Combating Trafficking in Persons; FAR 52.232-18?Availability of Funds; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.233-3, Protest After Award; FAR 52.203-3, Gratuities; FAR 52.202-1, Definitions; FAR 52.204-4, Printed or Copied Double Sided on Recycled Paper; FAR 52.215-5, Facsimile Proposals; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.223-6, Drug Free Workplace; FAR 52.232-1, Payments; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52-252-1?Solicitation Provisions Incorporated by Reference; and FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). The full text of this clause may be accessed electronically at http://farsite.hill.af.mil. DFARS 252.204-7004, Alternate A Required Central Contractor Registration; In addition, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items with these additional clauses being applicable; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; AFFARS 5352.223-9001, Health and Safety on Government Installation; AFFARS 5352.242-9000, Contractor Access to Air Force Installation; AFFARS 5352.201-9101 OMBUDSMAN (10 AUG 2005)(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from Offerors, potential Offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).(c) If resolution cannot be made by the contracting officer, concerned parties may contact the AETC ombudsmen, Chief, Business Operations Branch, AETC/A7KB, Maria G. Beckett, 2035 1st Street West, Ste 1, Randolph AFB TX 78150-4304, phone (210) 652-7905, facsimile (210) 652-8348, Lupe.Beckett@randolph.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Interested parties capable of providing the above must submit a written quote to include discount terms, site locations, past performance information, tax identification number, cage code, DUNS and firm evidence of their ability to perform. Your quote should include your Cage Code, DUNS, and Tax Identification numbers. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. All responses that meet the criteria contained within will be considered. Since award will be based on initial responses, it is encouraged to offer your most advantageous pricing in your initial response. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. Responses to this notice shall be provided in writing via emailed to shirley.puente@randolph.af.mil. not later that 12:00 p.m. Central Standard Time, 13 Aug 07, to the attention of Ms. Shirley A. Puente, 12 CONS/LGCB, 395 B St W STE 2, Randolph AFB TX 78150, faxed to 210-652-2759, Email is the preferred method. Point of Contact: Shirley A. Puente, Contract Specialist, Phone 210-652-5111, Fax 210-652-2759; Contracting Officer, 12CONS/LGCB, 21-652-5111, Linda1.johnson@randolph.af.mil. DESCRIPTION OF SUPPLIES/SERVICES Following items will be provided: CLIN: 0001; Description: Exhibit booth space (8? x 10?); Quantity: Twenty-three (23) Period of Performance: 24 September 2007 through 26 September 2007. Place of Performance Marriott Wardman Park Hotel, Washington, DC. 20008 JUSTIFICATION The 12th Contracting Squadron at Randolph AFB intends to award a contract on a Limited Source basis to acquire 23 exhibit display booths AFMA/RM. The Marriott Wardman Park Hotel and the Omni Sheraton Hotel have been selected to host this year?s CSTEA participants. The CSTEA has been scheduled for September 19-27, 2007. Part of the CSTEA plan calls for exhibition displays, a ceremony, and a reception. As participants in the CSTEA program, twenty-three (23) competing CSTEA teams are required to set up exhibition display booths to network and dialogue on their process improvements. The Air Force Association (AFA) has selected the Marriott Wardman Park Hotel to host the AFA National Convention. In the Government?s better interest, market research conducted by AFMA supports a determination made by the planning committee to hold the exhibitions, ceremony, and reception portion of the CSTEA program in the same facility where the awards and convention activities are scheduled to take place. The AFA has leased the entire Marriott Wardman Park Hotel for September 24 ? 27, 2007 and has designated areas for exhibitions to be held during the convention at the Hotel. During CSTEA 2007, the AFA is the office of primary responsibility for setting up the AFA National Convention and the sole source for the rental of all areas within the Marriott Wardman Park Hotel. The CSTEA planning committee recommends the AFA National Convention as the source to satisfy the CSTEA requirement. The AFA convention is tailored to the professional requirements of Air Force enlisted, officers, guardsmen, and reservists. Furthermore, it provides AFMA a unique opportunity to promote the CSTEA program in an exclusive environment. The effectiveness, spirit, and moral boost achieved by AFMA?s CSTEA Program will deteriorate considerably if AFMA is unable to secure exhibition booths and space as required by the CSTEA program. Market research identified no other vendors providing compatible services within the Marriott/Omni vicinity during the CSTEA scheduled time frame. For these reasons it is determined that no source other than the AFA can meet this requirement.
 
Place of Performance
Address: MARRIOT WARDMAN PARK HOTEL, 2600 WOODLEY ROAD, N.W., WASHINGTON DC 20008
Zip Code: 20008
Country: UNITED STATES
 
Record
SN01363217-W 20070808/070806220803 (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.