SOURCES SOUGHT
X -- 2011 KeyStone Conference - Sources Sought Instructions
- Notice Date
- 12/21/2010
- Notice Type
- Sources Sought
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
- ZIP Code
- 20373
- Solicitation Number
- FA7014-11-R-0011
- Archive Date
- 1/13/2011
- Point of Contact
- Delvin C. Whitlock, Phone: 202-404-1219, Trunita A. Plummer, Phone: 202-767-8096
- E-Mail Address
-
delvin.whitlock@afncr.af.mil, Trunita.Plummer@afncr.af.mil
(delvin.whitlock@afncr.af.mil, Trunita.Plummer@afncr.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Industry two copies of the same instructions have been posted on Federal Business Opportunties. The text copy is located within in the description tab of this Sources Sought. However, a word copy as been inserted with in this sources sought with the same instructions as the text copy. SOURCES SOUGHT REQUEST FOR INFORMATION Air Force District of Washington Contract (AFDW Contracting) is in the process of determining the acquisition strategy for a potential requirement for Air Force TJAG Leadership Conference (KeyStone 2011). Air Force District of Washington Contracting is conducting market research for the KeyStone Conference lodging and conference space. The period of performance is 10 October 2011 through 22 October 2011. The potential location for this requirement will be in New Orleans, Louisiana. Potential sources shall provide a capabilities package that clearly demonstrates an ability to perform the following specific and relevant experience and expertise with an acceptable level of quality within cost, schedule, and performance metrics: 1. Lodging availability is in support of the Air Force Jag KeyStone Conference and is a minimum Federal Government requirement: a. Hotel rooms must be available on 10 October 2011 through 22 October 2011; b. Room availability is subject to accommodate 700 participants; c. Lodging should be close proximity to a major airport and an Air Force Installation; d. The hotel should be within easy walking distance of ding facilities; e. Hotel support facilities should have parking lots/garages, fitness centers, and storage rooms; f. Lodging for all attendees shall be within the same hotel as the conference space. g. Lodging should be in located in New Orleans, Louisiana; Meals - vendor shall be equipped to provide meals for this KeyStone Conference : a. Meals shall follow U.S. Army Veterinary Command (VETCOM) Circular 40-1 local approved listed on VETCOM Home Page (Located on web at (http://domino1.hcssa.amedd.army.mil/vetcom.nsf/); b. Hotel shall provided breakfast, morning snack, lunch and afternoon snack; c. Meals shall be served through 10 October 2011 through 22 October 2011; 2. Providing conference space in support for Air Force KeyStone lectures and presentation; a. Multiple medium and small spaces to accommodate conference break-out sessions, a Conference Command Post, and VIP/Speaker preparation rooms; b. Conference space for all attendees and guess speakers should be within the same hotel; c. Conference Rooms shall included: 2-8 Work Rooms (Office), storage room, room for attendee registration, and pre-conference meeting room; 3. Contractor shall provide audio visual and information technology services for conference equipment; a. Audio services should include but not limited to the following: 1. Audio personnel provide the necessary equipment • LCD Projectors, • HD Monitors, • Cordless Microphones, • Flip Charts 2. AV Technician are on call for repair or assistance purposes b. Information Technology services should include but not limited to the following: 1. Provide technical evaluation on equipment before disbursing for customer use. 2. Informational guidance about IT equipment utilization. 3. Rigging Services 4. Electrical Services NAICS Code (721110) is applicable to this effort. We are seeking information and comments from industry on technical capabilities and acquisition strategy. Therefore include the following in your response: 1. NAICS Code(s) 2. Business Size 3. Are you a Small Business? 4. Please indicate if any one or more apply to your business: a. 8(a) b. HUBZone c. Small disadvantaged d. Veteran-owned e. Service-disabled veteran-owned f. Minority-owned g. Women-owned These services are commercial in nature and we are soliciting beneficial commercial practices and terms and conditions for consideration. The Request for Information synopsis is not a request for proposal. It is a market research tool being used to determine procurement strategy. Appropriate procurement strategy will be determined after consideration of industry response to this sources sought synopsis. The government is not obligated to, and will not, pay for any information received from potential sources as a result of this synopsis. Contractors interested in providing services should submit a capabilities statement on or before December 29, 2010. The requested information above should accompany: your company name, a point of contact, address, phone number, and business size under the above NAICS code, to: Mr. Delvin Whitlock (AFDW/PKEB, 202-404-1219, or Delvin.Whitlock@afncr.af.mil) and Ms. Trunita A. Plummer (AFDW/PKEB, 202-767-8096, or (Trunita.Plummer@afncr.af.mil).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-11-R-0011/listing.html)
- Place of Performance
- Address: New Oreans, Louisiana, United States
- Record
- SN02348133-W 20101223/101221234112-e9c856315d93d5a409d40cf714f1d883 (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 |