Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2017 FBO #5530
SOLICITATION NOTICE

99 -- Hotel and Conference Rooms Rental

Notice Date
1/11/2017
 
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, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
FA4814-17-T-F015
 
Archive Date
2/8/2017
 
Point of Contact
Raymond Bussey, Phone: 8138281660
 
E-Mail Address
raymond.bussey@us.af.mil
(raymond.bussey@us.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 FA4814-17-T-F015. This acquisition is UNRESTRICTED. The 6 Contracting Squadron, MacDill AFB, Florida, requires the following: Hotel room (s) and Conference room(s) requirement within the, San Antonio Texas, Riverwalk area. This shall include a general session room that can accommodate up to 90 attendees DESCRIPTION OF REQUIREMENT Project: Theater Medical Conference on the week of 5 March 2017 The Government requires hotels rooms and conference room's space within the Riverwalk, San Antonio Texas area to hold conferences. All required meeting rooms shall be collocated and limited access by non-attendees. The conference room(s) shall include general session room that can accommodate up to 90 attendees. All rooms shall be free of obstructions and limited views. The General Session room shall be able to accommodate a "U" Shape configuration for up to 40 seats, mix of classroom and theater seating around the perimeter. Proposals shall be submitted in the following format CLIN 0001 Standard hotel rooms for 29 each, USCENTCOM SG conference attendees. (4 - 10 March 2017) QTY 203 Nights NOTE: Hotel shall have the capability to block rooms for up to 60 guests (Peak nights are 4- 10 March 2017). Individuals will be using their personal credit cards for room payment CLIN 0002 One (1) each - Main General Session Conference room with 90 person capacity, in a "U" shape configuration to 40 seats, and class room set up around the "U" shape for the rest of the conference guests, from 6 - 9 March 2017. With twice per day break service (coffee, tea, water etc.). Breaks will not be inside the General Session Room but shall be within 50 feet of the General Session Room. QTY 4 Days CLIN 0003 Audio/Visual Requirements Projector - 4 days Computers (monitors) 2 or 3 each - 4 days Projection Screen 2 or 3 each - 4 days Podium with Microphone - 4 days Wireless Microphones 12 each - 4 days Mixer and any misc. audio visual equipment required 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 The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.212-3, Offeror Representations and Certifications FAR 52.212-4, Contract Terms and Conditions FAR 52.219-1, Small Business Program Representations FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.246-16, Responsibility for Supplies FAR 52.247-34, F.O.B. Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference The following FAR clause apply to this solicitation and is incorporated in full text: FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. FAR 52.232-18, Availability of Funds: Funds are not presently available for this contract. The Government's 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. FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252-204-7004 (Alt A), System for Award Management DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.247-7023 Transportation of Supplies by Sea The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.211-7003, Item Identification and Valuation DFARS 252.232-7006, Wide Area Workflow Payment Instructions The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (JUN 2016) (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 of protests or formal contract disputes. The ombudsman may refer the interested 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, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Mr. Gregory S. O'Neal, HQ AMC/A7K, 402 Scott Drive, Unit 2A2 Post 2A10, Scott AFB IL 62225, (618) 229-0184, fax (618) 256-6668 email: gregory.oneal @us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (End of clause) FAR 52.212-1, Instruction to Offerors-Commercial Items-ADDENDA OFFER PREPARATION INSTRUCTIONS: (a) To assure timely and equitable evaluation of the offer, the offeror shall follow the instructions contained herein. The offer shall be complete, self-sufficient, and respond directly to the requirements of this solicitation. Offerors shall submit with their offers: 1) Pricing Schedule - submit original. In addition, the RFQ shall list the Company name, address, DUNS number, CAGE code, Federal TIN, and point of contact to include phone number and email address. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Also, in order to be eligible for the award the company shall be registered in the System for Award Management (SAM) database at http://www.sam.gov prior to award, during performance, and through final payment of any award resulting from this solicitation. Lack of registration in the SAM database will make an offeror ineligible for award. The Small Business Specialist can be contacted at (813) 828-0264. All responsible sources may submit an offer, which shall be considered by the agency. DEADLINE: Offers are due on Tuesday, 24 January 2017 by 1:00 PM EST. Any questions regarding this notice should be directed to Raymond Bussey, Contract Specialist, and Phone (813) 828-1660. Quotes may be emailed to Raymond Bussey at raymond.bussey@us.af.mil or mailed to 6 CONS/LGCB, 2610 Pink Flamingo Ave, MacDill AFB, FL 33621-5119. Submit the following items with the quotations: 1) Pricing Schedule.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/FA4814-17-T-F015/listing.html)
 
Place of Performance
Address: San Antonio, Texas, United States
 
Record
SN04369654-W 20170113/170111234752-2855555d12c3fca3b20fec00239edcfb (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.