Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2004 FBO #0910
SOLICITATION NOTICE

X -- WORLD WIDE PSYCHOLOGICAL OPERATIONS CONFERENCE ACOMMODATIONS

Notice Date
5/22/2004
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
Reference-Number-W81YJR4113N001
 
Response Due
6/4/2004
 
Archive Date
6/19/2004
 
Point of Contact
Valaida Bradford, Contract Specialist, Phone 910 3960560, Fax 910 4329345,
 
E-Mail Address
bradforv@soc.mil
 
Description
The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for accommodations to support the World Wide Psychological Operations Conference in Raleigh, North Carolina, 18-21 November, 2004. 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL BE ISSUED. All persons responding must reference the purchase request number W81YJR4113N001 which is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)2001-23. It is the Contractor?s responsibility to be familiar with all applicable clauses and provisions. The North American Industry Classification System (NAICS) is 721110. The size standard is $6M. The requirement is unrestricted, full and open competition. The contractor shall provide three hundred (300) hotel rooms for the four conference dates. These rooms should be blocked as they will be reserved on an individual basis and are not to be priced as part of the offerors? quotation. Confirmation of the total number of rooms shall be provided to the contractor two (2) weeks prior to conference and cancellation of rooms 24 hours prior to arrival. Rooms shall be available to accommodate non-smokers, smoking and disabled. Released of blocked rooms back to the hotel should not occur prior to 8 November, 2004. Late check in and check out must be available for special cases without penalty. The hotel will hold (20) twenty rooms aside at the Government rate for the advance team that will arrive 17 November, one day prior to the actual conference. Attendees arriving a day early will be offered rooms as available at the Government rate. The hotel must have an airport shuttle for convenient service and baggage service. The contractor shall provide a room or comparable area set up for registration on 18 November from 08:00 AM ? 9:00 PM. Another room shall be provided by the contractor on 18 November, 2:00 PM - 4:30 PM to accommodate approximately 25 persons for meeting purposes and should include audiovisual equipment, a podium and a stationary microphone and appropriate seating. The evening of 18 November from 6:00 PM ? 9:00 PM, the contractor will need to provide a room with a cash bar and light hor d ?oeuvres to accommodate 350 people for the opening social gathering. Contractor shall provide one room to accommodate 350 people on 19 November and 20 November from 8:00 AM ? 5:00 PM where several conference sessions will be scheduled throughout the day, appropriate seating shall be provided with water and glasses. The contractor shall also provide a room, the evening of 20 November, from 6:00 PM ? 12:00 AM to accommodate 350 people for the Key Note Address at which time the contractor shall provide and serve dinner for 350 people consisting of a protein entr?e, vegetable, starch, salad and dessert. This dinner will be paid for by the attendee and total cost should not be priced as part of the offerors? quotation. Contractor shall assure this room is provided with appropriate audiovisual aids, a podium with a stationary microphone. Appropriate seating arrangements with tables, centerpieces, and tablecloths shall be provided by the contractor for this event. The contractor is required to return with his offer the menu choices offered for the 20 November dinner for prior selection of the meal. Contractor shall provide a room on 21 November, 8:00 AM ? 1130 AM, the same as the room provided on previous days, to again accommodate 350 people. Four (4) breakout rooms shall also be provided on 21 November to accommodate 50 people each from 0800-1000. Contractor shall assure the breakout rooms are equipped with , a water table and all rooms shall be in close proximity. ADDITIONAL REQUIRMENTS: The hotel shall provide an ?office? with electrical outlets, phone and access to high-speed Internet connection that can be occupied 24 hours a day starting on 17 November and ending at 1200 on 21 November. The hotel shall provide the following audiovisual equipment to support presentations: a screen in each venue to accommodate the number of viewers; a fixed microphone; a hand held wireless microphone; a lapel microphone; a multi disc cod player and a scan converter. The contractor, from 7:00 AM ? 12:00 PM, shall provide an area in the main lobby of the hotel on 21 November to include a table with a table cloth and pens for the collection of comments regarding the conference. The hotel shall provide a pre-function room with tables outside the main presentation room where military units, non profit groups and select commercial vendors can mount displays ( a total 30 estimated). ADDITIONAL FOOD: ?Break Packages? consisting of a beverage and a light snack will be provided by the contractor for 350 people for both mid morning and afternoon on 19 and 20 November Coffee, tea, water and iced tea with pastries, doughnuts and fruit shall be provided by the contractor on 21 November 8:00 AM- 1030 AM. The same Break Packages will also be provided by the contractor for 25 people on the afternoon of 18 November. Although lunches will be open, some attendees may choose to purchase lunch on a ?pay as you go? basis in the hotel, therefore the contractor may want to prepare additional meals to be ready. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE. The following Federal Acquisition Regulations (FAR) provisions and clauses are applicable to this acquisition. Full text clauses and provisions are available at http://farsite.hill.af.mil. 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: ?Quotes will be evaluated as to acceptability, availability, price, and past performance. Vendors shall submit a clear description of the space and services to be provided which will be used in the government technical review. A best value award will be made to the lowest responsive quote from a responsible bidder submitting an offer found to be most advantageous to the government.? Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications-Commercial Items, and return it with their quote. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, is hereby incorporated by reference; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this acquisition. The following FAR clauses identified at paragraph (b) of FAR clause 52.212-5 are also considered checked and applicable to this acquisition: (11), (12), (13), (14), (15), (24) and (28). The following FAR clauses identified at pararaph ( c) of FAR clause 52.212-5 are also applicable to this acquisition: (1) and (2). The clause FAR 52.252-2, Clause Incorporated by Reference, applies to this acqusition and is added to read: http://farsite.hill.af.mil. Additionally, DFARS 252.204-7004, Required Central Contractor Registration: 252.21-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.247-7024 applicable. The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC, ATTN: AOCO (Valaida J. Bradford), Fort Bragg, NC 28310, not later than 2:00 p.m. Eastern Time, Friday, 4 June 2004. E-mail submissions are preferred, however, fax submissions will be accepted at (910) 432-92345. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include price and menu, (2) completed Representations and Certifications and (3) acknowledgement of any amendments that may be issued. Amendments that may be issued will be published at FedBiz Opps the same as this combined synopsis/solicitation. Questions pertaining to the solicitation must be submitted in writing faxed to Valaida J. Bradford at (910) 432-9345 or forwarded via email to bradforv@soc.mil no later than 27 May 2004. All answers will be provided via an amendment to the solicitation. Any admendments that may be issued will be published at FedBiz Opps, the same as this combined synopsis/solicitation. The point of contact for this solicitation is Valaida J. Bradford, Contracting Officer who may be contacted at (910) 396-0560.
 
Place of Performance
Address: HQ USASOC, ATTN: AOCO, BLDG-E2929, ONE DESERT STORM DRIVE, FORT BRAGG,NC
Zip Code: 28310
Country: USA
 
Record
SN00590921-W 20040524/040522211714 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.