SOLICITATION NOTICE
X -- The Navy Judge Advocate General requests quotes from responsible sources to provide conference facilities, lodging, and meals in accordance with the attached Statement of Work.
- Notice Date
- 2/10/2006
- Notice Type
- Solicitation Notice
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
- ZIP Code
- 19111-5083
- Solicitation Number
- N00140-06-T-0017
- Response Due
- 2/16/2006
- Archive Date
- 3/3/2006
- Description
- <DESC> This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). The RFQ number is N00140-06-T-0017. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-06 and DFARS Change Notice 20050930. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm . The NAICS code is 721110 and the Small Business Standard is $6.0M. This is a competitive, unrestricted action. The Fleet and Industrial Supply Center Norfolk Contracting Department, Philadelphia Division, requests responses from qualified sources capable of providing Conference facilities, lodging, and meals in accordance with the attached Statement of Work at a location within a five-mile proximity of Baltimore-Washington International Airport. Lodging, dining, and conference site shall be provided in the same location. The conference is scheduled for June 13 ? 16, 2006, with lodging required for four nights, check-in on June 12, check-out on June 16. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.222-3, 52.222-21, 52.222-22, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 52.203-3, 252.243-7002. DFARS 252-232-7003 and 252.204-7004 are also applicable to this solicitation and resulting award. This announcement will close at 1600 (Philadelphia time) on 16 February 2006. Quotes may be submitted by mail to the attention of Art Conkwright at FISC Norfolk Contracting Department, Philadelphia Division, 700 Robbins Avenue, Bldg 2B, Philadelphia, PA 19111, or by email to arthur.conkwright@navy.mil, or fax at 215-697-9742. Quotes exceeding ten pages in total will not be accepted by facsimile. Responses through FEDBIZOPPS or NECO will not be accepted. Art Conkwright can be reached at 215-697-9674. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and past performance. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements in accordance with the attached Statement of Work. The quoter shall submit, as part of its quote, information on previously performed contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on no more than the last three such contracts performed and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter?s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. STATEMENT OF WORK The contractor at a minimum, but not limited to the following, will provide accommodations and services in support of the 2006 Navy Judge Advocate General (JAG) Training Symposium (13 June 2006 ? 16 June 2006) hosted by the Office of the Judge Advocate General, Washington, D.C. The contractor shall provide lodging of twenty (20) single occupancy rooms and eighty-five (85) double occupancy rooms for a total of one hundred five (105) rooms, for a period of 4 nights (checking in on 12 June 2006, checking out on 16 June 2006). Room rates shall not exceed the maximum per diem rate for lodging in accordance with the Joint Travel Regulations (JTR). The contractor shall provide lodging, dining, and conference site at the same location. Location shall be within a five (5) mile proximity to the Baltimore/Washington International Airport. Location shall have a helicopter-landing pad available for use. Shuttle service shall be readily available on a daily basis for airport and local drop offs. The contractor shall have the capacity of handling an additional one hundred ninety-five (195) local daily commuters. The contractor shall provide the use of an auditorium that will seat the total conference population of approximately 350 each day of the conference. The contractor shall provide three (3) additional breakout rooms with the capacity to hold 75 attendees per room in classroom seating for the duration of the symposium. The contractor shall provide the following audio-visual equipment for the auditorium and breakout rooms: podium, microphone, white board, two (2) flip charts, VCR and monitor, overhead projector, pencils, and notepads. The contractor shall provide daily AM/PM break snacks, beverages, and lunch for all participants (up to 350). A private area shall be provided for working lunches for all attendees.
- Place of Performance
- Address: Within a five-mile proximity of the Baltimore-Washington International Airport.
- Record
- SN00985634-W 20060212/060210213700 (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 |