Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2011 FBO #3465
SOLICITATION NOTICE

X -- Hotel/Conference room rental Washington DC Area

Notice Date
5/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
11RB0010
 
Archive Date
6/9/2011
 
Point of Contact
Raymond Bussey, Phone: 813-828-1660
 
E-Mail Address
raymond.bussey@macdill.af.mil
(raymond.bussey@macdill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in FAR 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. This is a Request for Quote (RFQ) and the solicitation number is 11RB0010. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Hotel guest rooms and Conference room for a United States Central Command US Trade and Commerce Conference. The government is seeking Hotels located within 1 mile radius of the U.S. Chamber Facility, 1615 H Street, NW Washington, DC 20062-2000 and the Department of Commerce 301 7th Street Southwest Washington D.C., DC 20230-0001. DESCRIPTION OF REQUIREMENT Provide a price quote for hotel room rental to accommodate Approximately 50 guest rooms from 19 June 2011 to 22 June 2011. The total room night's estimate is 150. CLIN 1 Directly contracted government paid rooms Quantity Unit Price Total Price 150 Nights Estimated $ $ (50 rooms per night from the 19 Jun thru 21 Jun 2011, ) CLIN 2 Conference room with 100 person capacity, U shape setup for the period 20 June - 21 June 2011 Quantity Unit Price Total Price 1 EA Conference room 2 days $ $ CLIN 3 Break-out conference room with 15 person capacities, U shape setup for the period 20 June - 21 June 2011 Quantity Unit Price Total Price 1 EA Break-out conference room 2 days $ $ CLIN 4 Catering for 40 personnel: Breakfast and Lunch on June 20-21 2011, Dinner only on June 20, 2011. Quantity Unit Price Total Price 1 Lot $ $ CLIN 5 A/V Support for large conference room (8' Tripod Screen w/Skirt, Meeting room Projector, Power strip and extension cord, VGA cord, (2) 10" Powered Speakers, 4 Ch Audio Mixer, Presidential Style Podium Microphone, 10 ea Push to Talk Microphones, 1 ea Push to Talk Mic Base) Quantity Unit Price Total Price 1 Lot Estimated $ $ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 effective 1 April 2011, DFAR DCN 20080721 effective 31 March 2011, and AFFAR AFAC 2008-0605 effective 14 February 2011. The North American Industry Classification System code (NAICS) is 721110, Hotels (except Casino Hotels) and Motels. The Standard Industrial Classification (SIC) is 7021. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration, FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.247-34, F.O.B. Destination, FAR 52.209-6, Protecting the Government's interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.219-28, Small Business Representations, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control of Government Personnel Work Product, 252.243-7001 Pricing of Contract Modifications, 252-204-7004 (Alt 1), Required Central Contractor Registration. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause), Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 25 May 2011 by 10:00 AM EST. Submit offers or any questions to the attention of Raymond Bussey, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to raymond.bussey@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/11RB0010/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN02452618-W 20110521/110519234941-f8f8bb7d5183461511f32396ddb1a16d (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.