Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2008 FBO #2301
MODIFICATION

99 -- Meeting Accomidations For US Coast Guard NBSAC meeting To be located IN ROCKPORT MAINE.

Notice Date
3/13/2008
 
Notice Type
Modification
 
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, UNITED STATES
 
ZIP Code
20593-0001
 
Solicitation Number
HSCGG8-08-Q-MBS061
 
Response Due
3/26/2008
 
Archive Date
4/10/2008
 
Point of Contact
Harvey Cameau, SK3, Phone 202-372-4062, Fax null
 
E-Mail Address
harvey.cameau@uscg.mil
 
Description
Amendment to change response date to march 26, 2008. DESCRIPTION: The U.S. Coast Guard intends to PROCURE HOTEL SERVICES FOR SLEEPING ACCOMIDATIONS AND CONFERENCE FOR COAST GUARD PERSONELL IN ACCORDANCE WITH THE SOW. This notice is a solicitation for commercial SERVICE in accordance with the Federal Acquisition Regulation Sub part 12.6, as supplemented w/ 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: U.S. Coast Guard National Boating Safety Advisory Council Meeting Specifications The U.S. Coast Guard?s National Boating Safety Advisory Council (NBSAC) is a statutorily-mandated advisory council subject to the Federal Advisory Committee Act (FACA). NBSAC is charged with providing advice to the Coast Guard on boating safety issues. Members of the Council are appointed by the Secretary of Homeland Security. NBSAC meets twice each year. In conformance with FACA, notices of meetings are published in the Federal Register and are open to the public. Lodging and meeting facilities must meet all Federal requirements for ADA accessibility, etc. Lodging at Federal Government per diem rates for NBSAC members and staff will be paid by the Coast Guard via Procurement Request. As a courtesy, additional rooms at the Federal Government per diem rate are requested for ?Friends of NBSAC? (e.g., representatives of marine industry, boating organizations, or the public who have been invited to make presentations to NBSAC on issues pending before the Council). Those rooms will not be guaranteed or paid via the contract that will be negotiated by the Coast Guard. Meeting Dates: April 26-28 Schedule Outline: Saturday All-Day Session Sunday All-Day Session Monday All-Day Session Room Nights: USCG Contract Other Friday 30 10 Saturday 30 10 Sunday 30 10 Monday 20 5 Total 110 35 Function Space Required: Minimum 2400 square feet (require at least 40 foot x 60 foot room), with no columns or other obstructions in the room. If screen does not pull down from ceiling, a 10? high ceiling is required. Meeting room set u-shape for 26 ? 6 at head table and 10 per side (see attached diagram) ? with 3 feet of table space per person, plus theater seating for 40-50. In addition, three 6-foot tables are required for materials. A/V Equipment Required: 1 - Minimum 8? x 8? screen (larger if available) 1 - 12-24 channel audio mixer 13 - Table conference microphones 1 - Wireless Microphone w/ floor stand 1 - Podium w/ detachable wireless microphone 1 - Extension cord 1 - Surge protector/power strip 1 - Wireless Internet Diagram of table set-up for NBSAC: Screen Podium w/ mic 6 seats at head table (18? LONG) X X X X X X X X X X X X X X X X X X X X X X X X X X 10 seats Per side (30? LONG) ( Theater seating for 40-50 people) * XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX XXXXX * - Wireless mic w/ stand 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 3:00 PM, ET, March 26, 2008. 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 Harvey Cameau, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to Harvey.Cameau@uscg.mil are acceptable, 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: 52.212-3, Offeror Representations and Certifications-Commercial Items (SEPT 07) 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007). 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Sept 07). 52.222-3, Convict Labor (June 2003). 52.222-26, Equal Opportunity (Aug 2007). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006). 52.222.36, Affirmative Action for Workers with Disabilities (June 1998). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans for the Vietnam Era, and Other Eligible Veterans (Sept 2006). 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). 52.222-41, Service Contract Act of 1965, as Amended (July 2005). 52.222-44, Fair Labor Standards Act and Service Contract Act?XPrice Adjustment (Feb 2002). 52.232-18, Availability of Funds (Apr 1984). 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, Nov 7, 2007. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/COA3HSC/HSCGG8-08-Q-MBS061/listing.html)
 
Place of Performance
Address: 2100 2'nd St S.W. Washington DC
Zip Code: 20593-0001
Country: UNITED STATES
 
Record
SN01532520-F 20080315/080313231657 (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.