Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2009 FBO #2867
SOLICITATION NOTICE

69 -- RFQ for Conference Facilities in Waikiki, Oahu, Hawaii from 27 through 29 April 2010.

Notice Date
9/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Surface Deployment and Distribution Command - W81GYE, ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
 
ZIP Code
22332-5000
 
Solicitation Number
W911YZ9267200
 
Response Due
10/16/2009
 
Archive Date
12/15/2009
 
Point of Contact
Gene J. Moran, 618 220 5068
 
E-Mail Address
Surface Deployment and Distribution Command - W81GYE
(gene.j.moran@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures for Certain Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The solicitation number for the Request For Quotation is W911YZ-9267-2000. This requirement is being issued under the Simplified Acquisition Procedures. The Request for Quotations (RFQ) is for conference facilities located in at Waikiki, Oahu Hawaii during the period 27 29 April 2010. The Statement Of Objectives is located at the end of this announcement. Quotes shall be clearly marked W911YZ-9267-2000 Hawaii and emailed to Mr. Gene J. Moran gene.j.moran@us.army.mil or via facsimile (618) 220-5740 no later than 16 October 2009 at 1:00 PM CST. The provisions and clauses in the RFQ are those in effect through FAC 2005-36. This procurement is unrestricted. The NAICS Code for this procurement is 531120. All responsible sources may submit an offer which shall be considered by the agency. Delivery shall be FOB Origin at Waikiki, Oahu Hawaii to the 599th Transportation Group Wheeler Army Airfield, Schofield Barracks, HI 96857. The awarded contract will be a firm fixed price contract. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Feb 2009). In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm; an alternate web site is www.arnet.gov/far/ use Current FAR 52.212-3 in HTML or PDF format. Locate the referenced provision, copy and paste it to a Word Document and complete the document with all pertinent company information prior to submission. An offeror shall complete only paragraph (k) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the (ORCA) web site at http://orca.bpn.gov. Offerors who fail to furnish the required representations or information as required by FARs 52. 212-1, 52.212-3, and 52.212-7001 cited below, or reject terms and conditions may be excluded from consideration. Pursuant to FAR 52.212-2 Evaluation Commercial Items (Jan 1999), the Government intends to award a contract to the lowest priced technically acceptable offer. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (Nov 2007), FAR 52. 212-4 Contract Terms and Conditions Commercial Items ( Nov 2007), FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Order Commercial Items (Jun 2009). Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are, FAR 52.219-28 Post Award Small Business Program Representation (Jun 2007), FAR 52.22 2-3 Convict Labor (Jun 2003), FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Aug 2007), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Mar 2007), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52. 222-36, Affirmative Action for Workers with Disabilities (June 1998), FAR 52. 222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.222-50 Combating Trafficking in Persons (Aug 2007), FAR 52.225-1 Buy American Act Supplies (June 2003), FAR 52.225-3 Buy American Act--Free Trade AgreementsIsraeli Trade Act (Aug 2007), FAR 52.225-13 Restrictions on certain Foreign Purchases (Jun 2005), FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003), FAR 52-232-36, Payment by Third Party (May 1999). DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2007), DFAR 252.247-7023 Transportation of Supplies by Sea (May 2002). Alternate III (May 2002), Pursuant to FAR Part 12.205 (c) the time period exception for receipt of proposals for consideration is 14 duty days instead of 45 days. Potential offerors will be responsible for downloading their own copy of this combined synopsis/solicitation and amendments. For questions contact Gene J. Moran e-mail gene.j.moran@us.army.mil or (618) 220-5068. Estimated Performance Period is from 27 29 April 2010. Item No. Supplies/Services Quantity Unit Unit Price Total Amount. 0001 Conference Facilities 1 Lot __________ ___________ IAW the attached Statement of Objectives. Pricing shall include all applicable service charges. The Tax Exemption Number is 011644858 0002 Copier price per 500 Ea ___________ ____________ page for color copies. Statement Of Objectives for 599th Transportation Group Pacific Deployment and Distribution Conference on 27-29 April 2010 1. The 599th Transportation Group intends to hold a three day conference for approximately 300 personnel from around the Pacific region from 27 through 29 April, 2010. The Contractor shall provide a main conference room, breakout rooms, light refreshments, audio visual and general housekeeping. 2. CONFERENCE ROOMS. 2.1. Contractor shall provide one continuous conference room capable of comfortably seating 300 personnel. Chairs will be laid out in rows, facing a raised dais with podium. Rows should be no more than ten deep with no more than 30 chairs per row. This room must be available during the length of the conference and must have the capability to project images onto a screen from a personal computer onto a screen large enough for all participants to view. The contractor must provide both the screen and the projector. The Government will provide the computer. The contractor will also ensure the conference room has a sound system (wireless microphone and speakers) that has sufficient volume to be heard by all participants in the conference room. The conference room raised dais will be large enough to hold the podium with a table and chairs capable of seating six people. This room must be set up and available for use from 0730 through 1700 the entire length of the conference. 2.2. Contractor shall provide six smaller conference rooms, each capable of comfortably seating 50 people for the entire length of the conference from 0730 to 1700. Each conference room shall be equipped with a podium. Seating should be arranged in no more than five rows with no more than 10 chairs per row. Each of these additional conference rooms should be equipped with audio visual equipment capable of projecting an image from a personal computer onto a contractor provided screen that can be viewed by all participants in the room. Each room should also be equipped with a sound system and speakers capable of projecting sound that can be heard by all participants throughout the entire room. 2.3. Contractor shall provide a central room with desks, chairs and a color copier / scanner capable of generating color copies of conference slides and briefs. This copier should be equivalent to a Ricoh Aticio MP 4000 or other medium sized color office copier / scanner capable of producing copies at speeds up to 50 pages per minute. This space must be available for the length of the conference from 0730 through 1700. This space must be large enough to comfortably seat 10 personnel and must be available to the government the evening before the conference for early set up between 1700 and 2100. 2.4. Contractor shall provide a VIP room capable of comfortably seating six people. This room should be located near the conference rooms and should be equipped with a locking door to secure briefcases, baggage or other items brought in by distinguished guests. 2.5. Contractor shall signage directing conference attendees to an area outside the main conference room. Outside the main conference room the contractor shall provide tables with table covers and chairs to be used by government personnel for early registration of attendees. This area must be available to the government the night before the conference from 1700 through 2000. 2.6. The contractor shall deliver as well as set up all equipment, tables, linen, and chairs required to conduct the conference. The contractor must also provide a knowledgeable point of contact (POC) that is available to correct any audio visual issues in a prompt and timely manner. This POC must be available the first morning of the conference to provide instruction on equipment usage as well as to ensure all contractor provided equipment is properly functioning. 2.7. All chairs, tables and associated table cloths to be provided by the contractor shall be of a grade and quality that are used in the hotels banquet facilities. Chairs should be padded and clean. Tables should be sturdy enough to hold conference supplies, personal computers (laptops) as well as professional materials (books and other printed items). Table cloths should be clean and changed each day throughout the conference. 3. AUDIO VISUAL EQUIPMENT. 3.1. The Contractor shall provide all audio visual equipment specified in this statement of objectives, and the provided equipment shall be in good working order, performing within original specifications and shall be set up in locations to be determined by government representatives. One hotel staff member knowledgeable in the operation and maintenance of the provided hotel audio visual equipment must be available to correct any issues or malfunctions in a prompt and timely manner. 3.2. Contractor shall provide one large screen capable of being viewed from all seats in the main conference room. 3.3. Contractor shall provide six smaller screens in each of the smaller conference rooms capable of being viewed from all seats in the smaller conference rooms. 3.4. Contractor shall provide one microphone with associated audio equipment and speakers in the main conference room throughout the length of the conference. This audio equipment must be capable of generating sufficient volume to be heard by all participants within the main conference room. 3.5. Contractor shall provide six additional microphones and associated audio equipment in each of the smaller conference rooms. This audio equipment must be capable of generating sufficient volume to be heard by all participants within each of the smaller conference rooms. 3.6. Contractor shall provide seven projectors capable of clearly projecting images onto the provided screens. These projectors must also come equipped with necessary cables to hook them up with provided government computers. The contractor shall make available to the government on 20 April from 1000 to 1200 all proposed audio visual equipment to ensure these items are compatible with government personal computers. 3.7. Contractor shall provide wireless internet access in all conference rooms and the control room. Access should be of the same quality offered to guests in the hotel. Hotel network must be of sufficient performance to function with additional, potentially heavy usage by conference attendees. 4. LIGHT REFRESHMENTS. 4.1. The Contractor shall provide light refreshments as follows. 4.2. Contractor shall provide a light refreshment to consist of coffee with cups and associated accompaniments and a combination of assorted muffins and doughnuts. The mornings refreshments must be available no later than 0645 and must be of sufficient quantity for 300 attendees. This service will end on or about 0800. These refreshments must be available every morning for the duration of the conference. 4.3. Contractor shall provide mid-morning coffee with cups and associated accompaniments. This service will be available at 1000 for 300 attendees and will last for approximately 30 minutes for all scheduled days of the conference. 4.4. Contractor shall provide mid-afternoon light refreshment starting at 1400 and lasting for approximately 30 minutes. This refreshment shall consist of assorted canned sodas and assorted cookies for 300 attendees. This service need only be provided the first two days of the conference. 4.5. Contractor shall ensure there is ample space around conference rooms for conference attendees to enjoy refreshments during the specified refreshment periods.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MTMC/DAMT01/W911YZ9267200/listing.html)
 
Place of Performance
Address: Surface Deployment and Distribution Command - W81GYE 709 Ward Drive, Blkdg 1990 Scott AFB IL
Zip Code: 662225
 
Record
SN01973498-W 20090930/090929000805-9a9d6b5f15253f9eedda2f567ad72185 (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.