Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2011 FBO #3434
MODIFICATION

V -- ALBUQUERQUE NM AREA LODGING & CONVENTION

Notice Date
4/18/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
1733 Pleasonton Road, Fort Bliss, TX 79916
 
ZIP Code
79916
 
Solicitation Number
0010049192A
 
Response Due
4/20/2011
 
Archive Date
10/17/2011
 
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 0010049192A 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 2005-51. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 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 2011-04-20 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The U.S. Army ACC MICC Fort Bliss requires the following items, Meet or Exceed, to the following: LI 001, ADMINISTRATIVE ROOM FOR DAYS 1-3 IAW PERFORMANCE WORK STATEMENT. This space must include computer access points, chairs, desks, and telephones., 3, DAYS; LI 002, REGISTRATION AREA. 1 TABLE AND 4 CHAIRS FOR DAY 1 IAW PERFORMANCE WORK STATEMENT., 1, DAY; LI 003, CG BOARD ROOM - Private meeting space for the CG and his invited guests. Room usage: day 1 (evening) & day 2 (all day) & day 3 (morning), 3, DAYS; LI 004, General Meeting and Banquet Space for 200 individuals. DAY 2 - All Day, DAY 3 - UNTIL 1600HRS; this space is where the conference will begin and end each day and meals will be served here unless otherwise indicated. Tables will be round seating approx 10-12 individuals per table. Multiple visual displays are needed to support clear viewing from all sides of the round tables. Additionally, during guest speaker time periods there will be a podium with microphone and a lapel microphone available for the speaker to address the audience. Additionally, there will be no less than three wireless microphones for conference staff to walk around the room and pass to individuals in the audience whom might have questions during the speeches. This space will be needed all days of the conference. Centralized Coffee, Tea, Iced Tea, Water point for all 200 participants to use during conference., 2, DAYS; LI 005, LODGING FOR DAY 1 120 non-smoking lodging rooms each night with either two (2) double/queen or 1 king-size beds. One room must meet ADA Guidelines with preferably a Ground Floor location. Vendor must identify room types and mix., 120, NIGHTS; LI 006, LODGING FOR DAY 2. 120 non-smoking lodging rooms each night with either two (2) double/queen or 1 king-size beds. One room must meet ADA Guidelines with preferably a Ground Floor location. Vendor must identify room types and mix., 120, NIGHTS; LI 007, SMALL CONFERENCE ROOMS Day 2 0800-1700 6 rooms - MAX 50 people per roomEach room - White board, projector with screen, classroom setup. Additional desk/chair for note takers per room. The rooms shall have air-conditioning and heating capability for climate control., 6, ROOMS; LI 008, SMALL CONFERENCE ROOMS DAY 3 0800-15006 rooms MAX 50 people per roomEach room - White board, projector with screen, classroom setup. Additional desk/chair for note takers per room. The rooms shall have air-conditioning and heating capability for climate control., 6, ROOMS; LI 009, DAY 2 - BREAKFAST BUFFET FOR 170 PEOPLE. NOTE - Up to 30 additional meals per breakfast, lunch and dinner will need to be purchased separately., 170, EA; LI 010, DAY 2 - LUNCH BUFFET FOR 170 PEOPLE.NOTE - Up to 30 additional meals per breakfast, lunch and dinner will need to be purchased separately., 170, EA; LI 011, DAY 2 - DINNER MEAL FOR 170 PEOPLE. Sit-down dinner will include selection of beef, chicken, or vegetarian meal. NOTE - Up to 30 additional meals per breakfast, lunch and dinner will need to be purchased separately., 170, EA; LI 012, DAY 3 - BRUNCH BUFFET FOR 170 PEOPLE. NOTE - Up to 30 additional meals per breakfast, lunch and dinner will need to be purchased separately., 170, EA; LI 013, DAY 3 - LUNCH BUFFET FOR 170 PEOPLE.NOTE - Up to 30 additional meals per breakfast, lunch and dinner will need to be purchased separately., 170, EA; LI 014, DAY 2 AND DAY 3 - REFRESHMENTSCentralized Coffee, Tea, Iced Tea, Water point for all participants, banquet space, CG Board Room, and Breakout rooms for use during conference., 1, LS; LI 015, DAY 1 Banquet Space Reception Area for 200 personnel (6:00 8:00 pm). Requesting cocktail tables and a PA system with wireless handheld microphone and podium. The reception will go at least two hours with meals charged to the individuals. The meals and refreshments will be procured and arranged separately. They will not be supported by this acquisition., 1, DAY; 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, U.S. Army ACC MICC Fort Bliss 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. U.S. Army ACC MICC Fort Bliss 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. Bid MUST be good for 30 calendar days after close of Buy. 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. Offeror must be certified in ORCA website at https://orca.bpn.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. No partial shipments are permitted unless specifically authorized at the time of award. 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, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with the following terms for submission of invoices and payment requests: DFAR clause 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Funds are not presently available for this contract. The Governments obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The DFAR clause at 252.212-7001, contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items, specifically the following cited clauses and provisions are applicable: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7001 Buy American Act and Balance of Payments ; 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations ; 252.247-7023 ALT III Transportation of Supplies by Sea; The following DFAR clauses and provisions apply to this solicitation and are incorporated by reference: 252.204-7003 Control of Government Personnel Work Product; 252.204-7004, Central Contractor Registration (52.204-7); 252.209-7001 Disclosure of Ownership or Control by a Government of a Terrorist Country; 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; 252.232-7003 Electronic Submission of Payment Requests.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8b2538cfec2cfc81ecdbe7e84bb54c8b)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02427221-W 20110420/110418234401-8b2538cfec2cfc81ecdbe7e84bb54c8b (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.