Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2009 FBO #2958
SOLICITATION NOTICE

X -- May 2010 Flag Conference - Statement of Work

Notice Date
12/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCGG8-10-Q-HCF007
 
Archive Date
1/19/2010
 
Point of Contact
Emmanuel J Jones, Phone: 202-372-4070
 
E-Mail Address
emmanuel.j.jones@uscg.mil
(emmanuel.j.jones@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work for US Coast Guard Flag Conference, May 2010 DESCRIPTION: The U.S. Coast Guard intends to procure one (1) complete conference package in the Cape May, NJ (Restricted to a radius of postal code 08204). 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 a(n) Unrestricted basis. 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, EST, January 4, 2009. 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 two copies of the proposal to Emmanuel Jones, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to Emmanuel.J.Jones@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. (4) Security Threat Vulnerability assessment of the premises will be conducted as part of the evaluation criteria. Price and Past Performance will be a factor, but technical factors and threat assessment are far more important. 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(Feb 2006)52.222-3, Convict Labor (June 2003). 52.222-26, Equal Opportunity (April 2002). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec2001). 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 (Dec 2001). 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). 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 3:00 p.m. EST, January 4, 2010. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above. - Interested parties must be registered in Central Contracting Registration http://www.ccr.gov/. Point of Contact Emmanuel Jones, Store Keeper, USCG Phone (202) 372-4070 Fax (202) 372-4905 Email: Emmanuel.j.jones@uscg.mil Mailing Address: 2100 2nd Street SW Room B411 STOP 7009 Washington, DC 20593 Place of Performance Address: Cape May, NJ Postal Code: 08204 Country: UNITED STATES
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COA3HSC/HSCGG8-10-Q-HCF007/listing.html)
 
Place of Performance
Address: Place of Performance, Address: Cape May, NJ, Postal Code: 08204, Country: UNITED STATES, United States
 
Record
SN02031935-W 20091230/091228234112-6e1be4f7b3c292abc47d7b905a8365b1 (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.