MODIFICATION
X -- COMPLETE MEETING PACKAGE
- Notice Date
- 8/25/2005
- Notice Type
- Modification
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters 2100 Second Street, SW, Room B411, Washington, DC, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCGG8-05-Q-PPJ001(c)
- Response Due
- 9/2/2005
- Archive Date
- 9/17/2005
- Point of Contact
- Tierra Washington, Purchasing Agent, Phone (202) 267-0768, Fax (202) 267-4727,
- E-Mail Address
-
TWashington@comdt.uscg.mil
- Description
- ***This is Amendment # A0001 to add the following language: The Government does not intend to accept a hotel's agreement. The Standard Form 1449 Purchase Order along with the Federal Acquisition Regulation clauses 52.212-1, 52.212-4, and 52.212-5 are binding and legally sufficient to protect both parties. The acceptance of a hotel's agreement requires the government's legal review and negotiations, and thus will cause undue administrative delay.*** The U.S. Coast Guard intends to procure a Complete Meeting Package, from an industry-rated 4+ star venue, located in the District of Columbia to provide a block of lodging accommodations for individual reservations, a conference space with refreshments inclusive, associated administrative and business services, and government-authorized meals. The period shall be from 16 October to 21 October, 2005. SCOPE OF WORK: Coast Guard Executive Professional Development Conference Statement of Work 1. Background: The Executive Professional Development Conference is a training conference program for officers newly appointed to the rank of Rear Admiral (Lower Half) and to new or select civilian Senior Executive Service (SES) employees working within the U. S. Coast Guard (CG) and new or select DHS SES. The goal of the course will be to identify and hone the critical personal skills that are required to be successful in positions of significant authority. In order to conduct this executive level conference, a local venue to accommodate CG and DHS attendee’s and key note speakers is required. 2. Applicable Documents: None. 3. Government Furnished Equipment, Materials, and Support: 3.1 Audio-visual equipment: The USCG will make available the following audio-visual (A/V) equipment: Computer laptop, PowerPoint projector, VHS player, presentation easel and paper, markers. 4. Contractor Furnished Equipment, Materials, and Support: The Contractor shall furnish everything required to perform this contract except for the items identified in paragraph 3. 5. Accommodations: Approximately 25 rooms will be required per night at a four-star rating hotel. Hotel shall be within 10 minutes driving time from Coast Guard Headquarters which is located at 2100 2nd St. SW, Washington, DC 20593, walking distance to and from public transportation, and within relatively close proximity to a major airport. The event time frame is Sunday, 16 Oct 05 through Friday, 21 Oct 05: Each individual attendee will be reserving their respective rooms via government credit card. 5.1 Schedule: VIP Accommodations 16 Oct 05 - 21 Oct 05 (included in total # of rooms). Executive Suites are requested for the EPD. (17 Pool view (one smoking), 8 City view (one smoking). 5.2 Parking Costs: The contractor shall reserve 6 parking spaces for transient personnel (key note speakers) 17-21 Oct 2005. Parking will be provided for approximately 25 attendee’s remaining overnight in the hotel. 6. Meeting Space: One primary General Session Conference room shall be provided with Continuous Break Service inclusive. 6.1 General Session Room: General Session (17 Oct – 21 Oct 05). Capacity 30 in Conference Style. Audio Visual Set-up: CG has separate contractor for this function. Set-Up: Tables U-shape, with 6 chairs lined up against the walls in the back of the room for observers. Breakfast buffet/continuous break service set up in rear of conference room. 6.2 Availability of the standard business services (e.g., copier, internet) 7. Meals 7.1 Separate adjacent room required for lunch meals during the period of 17 – 20 Oct 05. 7.2 Sunday (16 Oct 05): No Host Reception. Room w/Capacity 30 (same conference room). Stations w/ hot and cold Hors d’oeuvres. Cash Bar. 7.3 Monday (17 Oct 05): Continental Breakfast for General Session. Lunch Buffet for General Session. 7.4 Tuesday (18 Oct 05): Continental Breakfast for General Session. Lunch Buffet for General Session. 7.5 Wednesday (19 Oct 05): Continental Breakfast for General Session. Lunch Buffet for General Session. 7.6 Thursday (20 Oct 05): Continental Breakfast for General Session. Lunch Buffet for General Session. 7.7 Friday (21 Oct 05): Continental Breakfast for General Session. 8. Security and Safety: As a prudent practice, the agency may conduct a threat assessment of the location of all offerors’ venue. Note: All requirements are estimates and are subject to change. POC: CDR Rob Kortus (202-267-6484 / rkortus@comdt.uscg.mil) or Dr. Mike Doyle (202-267-2461 / mdoyle@comdt.uscg.mil. Address: 2100 2nd Street, S.W., Washington, D.C., 20593. This notice is a combined synopsis/solicitation for a commercial item in accordance with Federal Acquisition Regulation 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. Therefore, please read this entire notice, the instructions herein, and the attachment documents carefully. This acquisition is on an Unrestricted Basis. HOW TO RESPOND: In order to compete for this project, interested parties must demonstrate that they are qualified to perform the work by providing a brief (20 pages or less) Technical and Cost Proposal by 4:00 PM, ET, September 2, 2005. Technical proposals must include: (1) Specific approach in meeting requirements outlined in the Statement of Work, and (2) Past performance history (current or within the last 18 months) on projects similar in scope and nature, with specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number). References will be checked to validate the information provided and to determine reliability/dependability. Cost Proposal: Provide Firm Fixed-Price. Offerors must submit an original and two copies of the proposal to Tierra Washington, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to twashington@comdt.uscg.mil are acceptable, but must be timely. Proposal Evaluation Criteria: (1) Price and price-related factors, (2) Technical Acceptability, and (3) Past performance of your organization. This will be a Best-Value award determination. Price and Past Performance will be a factor, but technical factors are far more important. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 2005), 52.212-4 (Oct 2003), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Jan 2005). Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by fax or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 12:00pm (noon) ET, August 31, 2005. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-AUG-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/COA3HSC/HSCGG8-05-Q-PPJ001(c)/listing.html)
- Place of Performance
- Address: Washington, DC
- Zip Code: 20593
- Country: USA
- Zip Code: 20593
- Record
- SN00880102-F 20050827/050825213724 (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 |