COMMERCE BUSINESS DAILY ISSUE OF JULY 16, 2001 PSA #2893
SOLICITATIONS
X -- US PACIFIC COMMAND CHIEFS OF DEFENSE CONFERENCE 6-8 NOV 2001
- Notice Date
- July 12, 2001
- Contracting Office
- Regional Contracting Department (Code 201), Fleet and Industrial Supply Center, 1942 Gaffney Street, Ste 100, Pearl Harbor, HI 96860-4549
- ZIP Code
- 96860-4549
- Solicitation Number
- N00604-01-T-B075
- Response Due
- July 18, 2001
- Point of Contact
- LT Chad Burke 808-473-7536
- E-Mail Address
- e-mail address for POC (chad_burke@pearl.fisc.navy.mil)
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 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. All responsible sources may submit a proposal in response to this RFQ, which shall be considered. Synopsis/solicitation N00604-01-T-B075 is being issued as a Request For Quote (RFQ), for a Firm Fixed Price type contract incorporating provisions and clauses in effect through Federal Acquisitions Circular 97-23 and DFARS Change Notice 20001213. The government intends to award a single contract resulting from this solicitation. The NAICS code is 721110 for this unrestricted acquisition. The Commander in Chief, US Pacific Command has a requirement for the Chiefs of Defense (CHOD) conference to be held 6-8 November 2001. STATEMENT OF WORK. GENERAL REQUIREMENTS: The facility will be located in the Waikiki area of Honolulu, Hawaii. The facility will have a minimum 3 diamond rating according to AAA in their 2000/01 AAA rating guide "Tour Book". The facility guarantees there will be no construction/renovations on its premises during the dates of this conference, which would in any way, interfere with or detract from the conference. The facility will have a guest service staff to assist delegates with non-conference related requests such as island transportation, tours, recreational activities, and dining reservations. The facility will provide sleeping rooms for all off-island delegates of this conference (approximately 70 rooms). MEETING AND FOOD AND BEVERAGE REQUIREMENTS: All meeting rooms will have an unobstructed view of the speaker. Under no circumstance may any sound from adjoining function rooms or other areas of the facility interfere with the presentations. Actual meeting room layouts will be coordinated with site management, subsequent to contract award. CONFERENCE SUPPORT CENTER (CSC): 24 hour hold on room from 0800 on 2 November 2001 through 9 November 2001. Minimum 1000 square feet. A minimum of eight (8) electrical outlets (120V) to permit use of Government- provided office equipment. Room must be lockable during period of non-operation, with access restricted to conference personnel only; all access doors to be re-keyed if necessary. Room must be in close proximity to the general session room. Set-up will include eight (8) draped, six-foot tables and twenty (20) chairs for workspace. Daily water service with disposable cups. Audio/Visual & Communications Requirements: Seven (7) commercial telephone lines with direct dial, international, long distance capability (government will provide own fax/phone equipment for one line) and one (1) house phone with in-house and local call capability. REGISTRATION AREA: Used from 0800 to 1700 on 6 November 2001. Minimum 500 square feet. Located in close proximity to both the meeting room and the CSC. Registration area will have a minimum of four (4) draped and skirted six-foot tables with six (6) chairs each. Area will include, or be in close proximity, to a house phone, commercial pay phones, and be able to handle traffic flow of 85 attendees. GENERAL SESSION ROOM: 24 hour hold on room from 0800 on 5 November 2001 to 1700 on 8 November 2001. Minimum room size of 4,000 square feet to accommodate Government-provided rear screen projection for 15 foot wall-to-screen distance and (7) interpretation booths. The height of the room will allow adequate vertical space for a 7.5'x10' screen . Light intensity and climate controls available in the room. Tables set in U-formation for 25 persons. 8'x32'x16" riser for simultaneous translation booths (7) at rear of room. One (1) six-foot table draped and skirted for covers (hats). One (1) six-foot table draped and skirted w/ two (2) chairs for note takers. Coffee service on side table Meeting Room Support to include: Contractor labor to set-up on 5 November 2001 and breakdown on 8 November 2001. Water service on tables. Coffee and tea service to be replenished during scheduled breaks. Contractor labor to hang and remove a wall-mounted, Government-provided banner. Audio-Visual Requirements to be used 7 November-8 November 2001 are: Podium w/microphone and external sound system capable of amplifying speaker throughout meeting area. Audio patch into house sound system will be required 5 November 2001. Facility's audio technician will be required for a 1-hour period on 5 November to assist with audio adjustments. BREAK-OUT ROOM: 24 hour hold on room from 0800 on 5 November 2001 to 1500 on 8 November 2001. Minimum room size 2000 square feet. Tables and chairs for 60 people with classroom seating or rounds of "8's. Head table for 6 people. Break-out Room Support to include: Set-up on 5 November 2001 and breakdown on 8 November 2001. Water service on tables. One (1) six-foot table draped and skirted for covers (hats). Audio-Visual Requirements to be used 7 November-8 November 2001 are: Contractor-provided podium w/microphone and external sound system capable of amplifying speaker throughout meeting area. One (1) draped 6'x8' foot rear projection screen. COMPUTER EXHIBIT AREA: 24 hour hold from 0800 on 6 November 2001 to 1770 on 8 November 2001. Minimum area size of 200 square feet. Twenty six-foot tables draped and skirted for computer stations with four chairs at each. Support to include set-up on 6 November and breakdown on 8 November. Available power connections for 20 computers. One DSL or T-1 line connection with three 8 line hubs. Audio patch into house system. MEDIA ROOM: 24 hour hold from 0600 on 7 November to 1500 on 8 November. Minimum area of 300 square feet. Must be able to secure room during period of non-operation. Must be in close proximity to CSC. Include conference style table with twelve chairs. Daily water service with disposable cups. ESCORT ROOM: 24 hour hold from 0600 on 7 November to 1500 on 8 November. Minimum area of 300 square feet. Must be in close proximity to the CSC. Include one round and one six-foot table for phone lines. One house phone. Three phone lines to be used for internet connection. Daily water service with disposable cups. GROUP PHOTO AREA: Available for use from 0830 to 1000 on 7 and 8 November. Require isolated outdoor garden/pool area for group picture of 25 people. 10 chairs. One 32" riser or ladder for government photographer. Refreshment and break area: Minimum area of 500 square feet to accommodate 85 people. Refreshments to include coffee, tea, fruit punch, and cookies or pasteries. 0730 on 7 November for 60 people. 1030 on 7 November for 85 people. 1500 on 7 November for 60 people. 0730 on 8 November for 60 people. 1000 on 8 November for 85 people. BUFFET BREAKFAST: Provide a buffet breakfast for 25 people on 7 and 8 November. Include podium with microphone patched into house audio system and one 6'x8' projection screen. LUNCH: Offical lunches on 7 and 8 November for 25 people. Three-course meal service. Include podium with microphone patched into house audio system. (Second Meal) Provide deli buffet lunch for 65 people in same room as breakout room. DELEGATE BILLETING: Provide up to 70 sleeping rooms for off island delegates for 2 to 9 November (some earlier arrivals necessary, total of 237 room nights). A final rooming list will be provided to the hotel 21 days prior to the conference. SECURITY REQUIREMENTS: Alternate entry and exit avenues not constricted by one way streets. Restricted public access to facilities. 24 hour a day security staff. The following clauses apply: FAR 52.212-1, Instructions to Offerors-Commercial; FAP 52.212-2, Evaluation-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; and FAR 52.212-5, Contracts Terms and Conditions Required to Implement Statues or Executive Orders-Commercial. Under this clause, the following are incorporated by reference: FAR 52.222-26, Equal Opportunity; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and FAR 52.222-41 Service Contract Act. Award Criteria: the contract shall be awarded to the lowest priced proposal that meets the requirements. Proposals are due 3 p.m., Hawaii Standard Time, on 18 July 2001. Submit complete package to LT Chad Burke via e-mail at chad_burke@pearl.fisc.navy.mil. For any questions call 808-473-7536. See Numbered Note 23.
- Web Link
- web site for Fleet & Industrial Supply Center, Pearl (www.cic.pearl.fisc.navy.mil)
- Record
- Loren Data Corp. 20010716/XSOL002.HTM (W-193 SN50R711)
| X - Lease or Rental of Facilities Index
|
Issue Index |
Created on July 12, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|