Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2010 FBO #3197
MODIFICATION

X -- Executive Conference Facility - Palm Springs, CA

Notice Date
8/24/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
PO Box 105095, Fort Irwin, CA 92310
 
ZIP Code
92310
 
Solicitation Number
W91ZKV0179N001
 
Response Due
7/20/2010
 
Archive Date
1/16/2011
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W91ZKV0179N001 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 531120 with a small business size standard of $7.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-07-20 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Irwin, CA 92310 The USA ACC MICC Fort Irwin requires the following items, Meet or Exceed, to the following: LI 001, This line item is informational only. No quote required.The National Training Center (NTC), Fort Irwin, CA is planning to conduct an Executive Leadership Summit Conference during the period 07 September 2010 to 11 September 2010. This solicitation is to secure a conference facility, food and beverage, media, and administrative support at a suitable hotel or resort site in the Palm Springs, CA area. During this period, the NTC Commanding General (CG) will host approximately 125 executive staff and guests. This solicitation does not include lodging for conference attendees. However, attendees will reserve and pay for their own accommodation requirements at the site that receives award for conference support., 1, EA; LI 002, 0002 Conference Room RequirementsConference Room 1(CR1)CR1 is to be utilized for the duration of the conference as the primary meeting room. This area must be suitable in size for approximately 125 conference attendees. CR1 will be configured classroom style and remain available for use from 1300 hours on 07 September 2010 to 1800 hours on 11 September 2010. CR1 planned daily use hours is approximately 0800-1700 daily, but the area will be available for conference use for all hours as specified above. CR1 media requirements listed below. Conference Room 2 (CR 2)CR2 is to be utilized for the duration of the conference as the primary administrative room. CR2 must be available for use from 1000 hours on 07 September 2010 to 1800 hours on 11 September 2010. This area must be suitable in size for an administrative staff of ten (10) persons. CR2 must be located in close proximity to CR1. The vendor will provide chairs and tables as needed to configure appropriate computer work areas, printers, and a fax machine. There must be sufficient electrical outlets and lighting to support normal office activity. A minimum of one (1) hard wire telephone line is required to accommodate a fax machine. CR2 media requirements listed below. Conference Room 3 (CR3)CR3 is to be utilized for the Executive Leadership Summit Conference Kickoff event. This room is required from 1700 hours on 08 September 2010 to 2100 hours on 08 September 2010. CR3 is NOT the same area as CR1 above. This area should be suitable for a conference welcoming event, and may be pool side or in an area that offers an aesthetic scenic view. Conference Room 4 (CR4)CR 4 is to be utilized as a breakout room for sidebar meetings and small group discussions. This area must be suitable in size for approximately 85 conference attendees. CR4 will be configured classroom style and will be required from 0800-1800 hours on 09 September 2010 and 0800-1800 hours on 10 September 2010. CR4 must be located in proximity to CR1 to facilitate conference continuity. CR4 media requirements listed below. Conference Room 5 (CR5)CR 5 is to be utilized as a breakout room for sidebar meetings and small group discussions. This area must be suitable in size for approximately 50 conference attendees. CR5 will be configured classroom style and will be required from 0800-1800 hours on 09 September 2010 and 0800-1800 hours on 10 September 2010. CR5 must be located in proximity to CR1 to facilitate conference continuity. CR5 media requirements listed below. Conference Room 6 (CR6) CR 6 is to be utilized as the banquet facility for the conference dinner event. The dinner event is planned for 1600-2400 hours on 10 September 2010. CR6 must be suitable to support a sit-down dinner event for approximately 125 persons. CR6 meal, beverage, and media support discussed below., 1, EA; LI 003, Conference Room Media RequirementsThe contractor will provide the following standard media support for each Conference Room per CLIN 0002 for all planned event usage: 1.Projection Capability suitable in each conference room for attendees to comfortably view the presented information from any location in that area. 2. Computer CPU and Monitor minimum of 1 each with Windows Vista Operating System and Microsoft Office 2007 (with PowerPoint application). NTC conference presentations will be via CD-ROM utilizing the contractor provided computer. 3. Wireless Internet Access 4. Speakers Podium with a minimum of two wireless microphones., 1, EA; LI 004, 0004 Meal and Beverage RequirementsStandard Beverage Service Coffee, Tea, and Water service will be available at a centralized location outside CR1 during all planned usage of that room. This service not be required at the events planned for CR3 and CR6. Lunch Buffets Lunch service for approximately 125 persons on 09 September 2010 and 10 September 2010. Food service hours will be 1200 to 1330 each day. The buffet line should be located in a centralized location to CR1. Conference attendees will utilize the buffet line and then return to CR1 for a working lunch. Meal menus to be coordinated after contract award. Appetizers Conference Kickoff/Welcoming EventContractor will provide an appetizer selection for approximately 85 persons at the CR3 planned event 1700 hours on 08 September 2010 to 2100 hours 08 September 2010. Appetizer menus to be coordinated after contract award. Conference Dinner A sit-down dinner event for approximately125 persons. This event is planned in CR6 form 1600-2400 hours on 10 September 2010. Dinner menus and seating configurations to be coordinated after contract award., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC MICC Fort Irwin intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC MICC Fort Irwin is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. POC for this solicitation is Don Roque, don.roque@us.army.mil. Please submit questions not later than 1200hours EST on 19 July 2010. All questions will answered by an amendment to this FEDBID posting. The goverenment anticipates award of a Firm Fixed Price contract to the offeror quoting the lowest price whose proposal is also deemed technically acceptable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/819094deec75774118efb789e938694a)
 
Place of Performance
Address: Fort Irwin, CA 92310
Zip Code: 92310-5001
 
Record
SN02253391-W 20100826/100824235946-819094deec75774118efb789e938694a (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.