Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
SOLICITATION NOTICE

X -- RESERVE MANAGEMENT WORKSHOP

Notice Date
8/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Homeland Security, 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCGG8-07-Q-PRA045
 
Response Due
8/31/2007
 
Archive Date
9/15/2007
 
Description
DESCRIPTION: The U.S. Coast Guard intends to procure Contractor rental meeting facility, per Statement of Work. 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. SCOPE: STATEMENT OF WORK U.S. Coast Guard Reserve Management Workshop 1. Members will be on Per-Diem and will be responsible for purchasing their own meals and snacks. 2. Places to eat must be within the hotel or within walking distance in an effort to maximize the attendees time in the Reserve Management Workshop. 1.0 BACKGROUND 1. The duration for this event is one week ? September 9-15, 2007. 2. Attendees will begin checking in on September 9th. 3. Attendees will check-out no later than the Hotels? check out time on September 15th, 2007. 4. 80 rooms must be ?held? for active duty and reserve Coast Guard members attending. 5. Members will make their own hotel reservations and will be coming from many States and U.S. Territories abroad. 6. Members will be on Per Diem of $159/day. 7. Members will be on Per-Diem and will be responsible for purchasing their own meals and snacks. 8. Places to eat must be within the hotel or within walking distance in an effort to maximize the attendees time in the Reserve Management Workshop. 2.0 PURPOSE This statement of work is to acquire the use of meeting facilities from a commercial vendor to conduct a series of conferences throughout the year Members will be on Per-Diem and will be responsible for purchasing their own meals and snacks. Places to eat must be within the hotel or within walking distance in an effort to maximize the attendees time in the Reserve Management Workshop. . 3.0 OBJECTIVES N/A 4.0 REQUIREMENTS The Contractor shall provide a meeting facility in the surrounding of 5 mile radius of Dallas/Ft Worth, TX Airport located in Dallas, TX. A minimum room size of approximately 500 square feet and a maximum room size of approximately 1000 square feet. Room should be set up in a conference format, environmentally controlled to maintain a constant comfortable temperature of approximately 70-72 degrees Fahrenheit. Room will contain a white board with dry erase markers, an easel with markers, and the ability to utilize a projector for presentations. Power outlets should be sufficient to allow connection of up to 10 electronic devices at one time. 5.0 SCOPE Meeting facility will need to be available during the hours of 0700 through 1800. Room should be capable of being secured during lunch periods to ensure safeguarding of materials and equipment. 6.0 CONTRACTOR FURNISHED ITEMS 1. Network Room ? One room that can accommodate at least 25 people on the night of September 9th, 2007. 2. Conference Room - One room able to accommodate 80-100 attendees for the duration of the event. Set-up with tables and chairs. 3. Break Out Room ? Two rooms able to accommodate up to 30 people for the duration of the event. 4. Shuttle service to and from the hotel is required 7.0 GOVERNMENT FURNISHED ITEMS N/A 8.0 SCHEDULE FOR DELIVERABLES Start date will be September 9, 2007 or immediately after contract award. Reservation dates will be arranged by phone conversation, electronic mail, and/or physical meeting with Contracted personnel at the contractor's facility. Conference room reservations will be made a minimum of one week in advance. U.S. Coast Guard Points of Contact: CWO Gary Thomas, 202-475-5445 HOW TO RESPOND: In order to compete for this project, interested parties must be registered in the Central Contracting Registration and demonstrate that they are qualified to perform the work by providing a brief (20 pages or less) Technical and Cost Proposal by 3:00 PM, ET, Aug 31, 2007. Technical proposals must include: (1) Specific approach in meeting requirements outlined in the STATEMENT OF WORK and compatibility of system/process with existing agency configuration. (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. (3) Key personnel (those who would have the primary responsibility for performing and/or managing the project) with relevant qualifications and specific experience. Cost Proposal: provide Firm Fixed-Price ?broken out by labor hours, labor category, materials, and other direct costs?. Offerors must submit an original and one copy of the proposal to Mrs. Queen, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to crystal.queen@uscg.mil are acceptable, but must be timely. Proposal Evaluation Criteria: (1) Price and price-related factors. (2) Technical approach. (3) Past performance of your organization, including adherence to schedules and budgets, the acceptability of previous products delivered, effectiveness of program management, and the offeror's willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties. 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 (Mar 2005), 52.212-4 (Sept 2005), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Aug 2006). (6)(i) 52.219-7, (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (31) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.217-
 
Place of Performance
Address: DALLAS/FORT WORTH, TX
Zip Code: 75063
Country: UNITED STATES
 
Record
SN01379333-W 20070823/070822065201 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.