SOLICITATION NOTICE
V -- Accommodations for Conference
- Notice Date
- 11/12/2004
- Notice Type
- Solicitation Notice
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- F73DAW42801100
- Response Due
- 11/30/2004
- Archive Date
- 12/15/2004
- Description
- This is a combined synopsis/solicitation for commercial items in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation number F73DAW42801100 is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-25, and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) number 20041101. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. This acquisition is unrestricted; the North American Industry Classification System (NAICS) code is 721110 with a size standard of $6M. The 2005 AFROTC Flight Training Officer Conference will be held in Atlanta, Georgia, from 4 to 8 April 2005. The following accommodations and services are required by HQ AFROTC, Maxwell AFB AL: A hotel within a 7-mile radius of Hartsfield-Jackson International Airport, Atlanta, Georgia; reservations for 175 rooms; and other services as described in the Statement of Work (SOW). A Statement of Work and Pricing Schedule are attached. Failure to provide firm-fixed pricing for all line items required may result in removal of the proposal from further consideration. Clauses and provisions may be accessed via the Internet, http://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors?Commercial Items (Jan 2004) applies to this acquisition. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification?Commercial Items (May 2004). The government will award a purchase order resulting from this solicitation to the responsible offeror whose proposal, conforming to the solicitation, is most advantageous to the Government. The following factors shall used to evaluate offers: pricing and technical acceptability to determine best value. In determining best value, the government will consider the following: the number and variety of on-site food & beverage options (restaurants, sports bars, room service, etc.), quality and extent of on-site fitness facilities (cardio-vascular equipment, weight equipment, pool, sauna, etc), layout and spaciousness of the facility (east of layout, size of hallways, acoustics in ballroom, etc) and number of elevators available to attendees to facilitate personal needs, and past performance. Please provide name, address and telephone number/email address for a point of contact for a minimum of three references that have used your hotel for similar requirements within the past 2 years - at least one from a DoD or government agency is highly desired. The hotel must be registered in the Central Contractor Registration (CCR) (http://www.ccr.gov) database as well as the Wide Area Work Flow (WAWF) (https://wawf.eb.mil / 866-618-5988) database. Award will be made to a single source. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2003) is incorporated into this RFP. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes on Executive Order-Commercial Items (Oct 2004) is applicable. The following FAR clauses under paragraph (b) are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.204-7, Central Contractor Registration; 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels. DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition or Commercial Items (Jun 2004) is applicable. The following FAR and DFARS clauses under paragraph (a) and (b) are applicable: 252.225-7000, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.204-7004 Alt A, Required Central Contractor Registration Alternate A; Maxwell 114, Required Posters are also applicable. The Defense Priorities Allocations System rating is C9E. Proposals are due by 3:00 PM CST on 30 November 2004. Proposals shall be mailed to 42d Contracting Squadron, Acquisition Flight B-1, LeMay Plaza South, Maxwell AFB AL 36112-6334, ATTN: Mary Peters, or emailed to mary.peters@maxwell.af.mil. Offers must meet all instructions set forth in this solicitation. Reference the solicitation number F73DAW42801100 on the proposal. Please email or fax questions to Mary Peters, mary.peters@maxwell.af.mil or (fax) 334-953-3543.
- Place of Performance
- Address: Atlanta GA
- Country: USA
- Country: USA
- Record
- SN00707634-W 20041114/041112211712 (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 |