Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
SOLICITATION NOTICE

X -- 2010 Africa Maritime Safety, Security, and Governance Conference

Notice Date
9/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
RCO Seckenheim (PARC Europe, 409th CSB), Attn: AEUCC-S, Unit 29331, APO, AE 09266-0509
 
ZIP Code
09266-0509
 
Solicitation Number
W90QVA-0228-B117
 
Response Due
9/10/2010
 
Archive Date
11/9/2010
 
Point of Contact
Tony Van Loenen, 49(0)7117292944
 
E-Mail Address
RCO Seckenheim (PARC Europe, 409th CSB)
(tony.r.vanloenen@eur.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 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. Combined Synopsis/Solicitation: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) W90QVA-0228-B117 Request For Quotation (RFQ) (iii) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/VFFARA.HTM or http://acquisition.gov/far/. See attachment for local USACCE clauses. (iv) Applicable NAICS code to the below line items is 531120. This solicitation is unrestricted. (v) Contract Line Item Numbers (CLINS): 0001: Total package for accommodations, meals, conference rooms, administrative support and equipment for 2010 Africa Maritime Safety, Security, and Governance Conference in accordance with the Performance Work Statement. Firm Fixed Price. AA: 60 x Classic or Standard Single Rooms for three nights, arriving on 12 Oct. 2010 Departing 15 Oct. 2010 to include standard breakfast in accordance with the Performance Work Statement 2.A.1. AB: One No-Host Icebreaker Buffet Social Event with capacity for 70 Attendees in accordance with the Performance Work Statement 2.A.2.(g). AC: Buffet Style meal service for two lunches, two mid morning and two afternoon coffee breaks for 100 attendees on the 13th and 14th October in accordance with the Performance Work Statement Para.2.A.2.(c) & 3.c.. AD: Dinner on evening of the 13th of October to include meal, staffing, and separate private section or room in accordance with the Performance Work Statement Para.2.A.2.(d). AE: Conference rooms, facilities, and equipment for 100 130 attendees consisting of five breakout rooms, two simultaneous cabine, two VIP rooms, and Internet Caf room in accordance with the Performance Work Statement 2.B & 2.D. (vi) Description of requirement: 2010 Africa Maritime Safety, Security, and Governance Conference. (vii) Date of Delivery: Period of Performance for all items is 13 October 2010 thru 15 October 2010. Acceptance for all items is to the US Africa Command, Outreach Directorate, Bldg. 3305 Kelley Barracks, 70567 Stuttgart, Germany. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers may be submitted by email or faxed to the designated point of contact. Please provide technical specifications and commercial literature (brochures) for any equivalent products offered. Vendors must be registered and active in Contractor Central Registration (CCR) http://www.ccr.gov/. (ix) The provision at 52.212-2, Evaluation Commercial Items is applicable to this acquisition. Award will be made to the responsible vendor with lowest priced technically acceptable (LPTA) quote that meets the minimum technical requirements listed in the attached Performance Work Statement. Offers that dont meet the minimum technical requirements will be excluded from consideration. Award is on an all or none basis. FAR 52.225-17, Evaluation of Foreign Currency (The applicable exchange rate will be obtained from the published rate by the US Federal Reserve Bank on the following website: http://www.federalreserve.gov/releases/h10/Current/ ); CCE 233-4000, Independent Protest Review Official; CCE 233-4002 AMC Level Protest Program also apply to this RFQ. (x) Offeror shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (JUL 2009), and DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items (JUN 2005), with its offer. (xi) Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following clauses will be included if award is made to a host nation vendor: 52.225-14, Inconsistency Between English Version And Translation Of Contract (FEB 2000); 252.201-7000, Contracting Officer's Representative (DEC 1991); 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A (Sep 2007); 252.225-7042, Authorization to Perform (APR 2003); 252.229-7000, Invoices Exclusive of Taxes or Duties (JUN 1997); 252.229-7001 Alt I, Tax Relief (JUNE 1997) - Alternate I; 252.232-7008, Assignment of Claims (Overseas) (JUN 1997); 252.232-7010, Levies on Contract Payments; 252.233-7001, Choice of Law (Overseas) (JUN 1997); and 252.225-7041, Correspondence in English (JUN 1997); CCE 225-4000 Authorization to Perform Services in Germany (MAR 2005). (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (JUN 2009)(Deviation) apply to this acquisition with the following clauses included (checked): 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009); 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration; and 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services Requirements. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statures or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008), apply to this acquisition with the following clauses included (checked): 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; and 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002, Requests for Equitable Adjustment; and clause at 252-246-7000, Material Inspection and Receiving Report (Mar 2008). (xiii) Reserved (xiv) The Defense Priorities and Allocations System (DPAS) and rating do not apply to this RFQ. (xv) Quotes must be submitted not later than 11:00 AM, 10 Sep 2010, CET. Quotes may be accepted via by email (preferred) to: tony.r.vanloenen@eur.army.mil cc: wendy.wise@eur.army.mil by facsimile to 0711/729-4408 Attn: Tony: (xvi) Point of Contact(s): All questions shall be submitted in writing by electronic mail to Tony Van Loenen at tony.r.vanloenen@eur.army.mil. Oral questions by phone will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a8456a377ccd3d4c7d831f008e1c0d24)
 
Place of Performance
Address: RCO Seckenheim (PARC Europe, 409th CSB) Attn: AEUCC-S, Unit 29331, APO AE
Zip Code: 09266-0509
 
Record
SN02271873-W 20100909/100908064246-a8456a377ccd3d4c7d831f008e1c0d24 (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.