Hotel Conference Rooms Rental

expired opportunity(Expired)
From: Federal Government(Federal)
FA481418TF006

Basic Details

started - 27 Nov, 2017 (about 6 years ago)

Start Date

27 Nov, 2017 (about 6 years ago)
due - 27 Dec, 2017 (about 6 years ago)

Due Date

27 Dec, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
FA481418TF006

Identifier

FA481418TF006
Department of the Air Force

Customer / Agency

DEPT OF DEFENSE (708681)DEPT OF THE AIR FORCE (60426)AMC (72600)FA4814 6 CONS PK (660)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a combined synopsis/solicitation for a commercial service 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. This is a Request for Quote (RFQ) and the solicitation number is FA4814-18-T-F006 This acquisition is UNRESTRICTED. The 6 Contracting Squadron, MacDill AFB, Florida, requires the following: Conference room(s) and Hotel room (s) requirement within the downtown Washington DC area. This shall include a general session room that can accommodate up to 150 attendees. All rooms shall be free of obstructions and limited views.DESCRIPTION OF REQUIREMENTProject: Central Region Cybersecurity Conference (CRCC) 17 Apr 2018 to 19 Apr 2018 or 24 April 2018 to 26 April 2018 depending on the availability.The Government is seeking hotels with a 3 to 5 Star rating within the downtown
Washington DC Area to hold the subject conferences and to befitting senior US and partner nation leaders. All required meeting rooms should be collocated and requested to have limited access by non-attendees. Requirements include a need for general session room that can accommodate 150 attendees. All rooms need to be free of obstructions and limited views. The General Session room must be able to accommodate a U Shape configuration for up to 40 seating, mix of classroom and theater seating around the perimeter and room for a translation booth as well as a rear projection A/V suite. The General Session room will require patching into house sound. Additionally, conference organizers require a conference foyer with limited access by non-attendees during pre-conference registration (will have working power outlets available for use by USCENTCOM) and conference sessions, a support room that is adjacent (within 25 to 75 feet walking distance) to the general session room, two break-out rooms, one of which is a room for meals preferably (holding approximately 125 people) on the same floor as the General Session room, and a room specifically set for prayer for those of Islamic faith also preferably on the same floor as the General Session Room. The conference wants to hold a social the night of 17 or 24 April 2018 and prefers a room with a view that is not a traditional meeting room on the hotel property for approximately 100 attendees. Proposals shall be submitted in the following formatSEE THE ATTACHMENT 1 CRCC REQUIREMENTPROVISIONS/CLAUSES:The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting):The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference:FAR 52.203-18, Prohibition on Contracting with Enities that Require Certain Internal Confidentiality Agreements - RepresentationFAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or StatementsFAR 52.204-7, System for Award ManagementFAR 52.204-13, System for Award Management MaintenanceFAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred,Suspended, or Proposed for Debarment.FAR 52.212-3, Offeror Representations and CertificationsFAR 52.212-4, Contract Terms and ConditionsFAR 52.219-1, Small Business Program RepresentationsFAR 52.222-22, Previous Contracts and Compliance ReportsFAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and CertificationsFAR 52.232-39, Unenforceability of Unauthorized ObligationsFAR 52.232-40, Providing Accelerated Payments to Small Business SubcontractorsFAR 52.233-4, Applicable Law for Breach of Contract ClaimFAR 52.246-16, Responsibility for SuppliesFAR 52.247-34, F.O.B. DestinationFAR 52.252-1, Solicitation Provisions Incorporated by ReferenceThe following FAR clause apply to this solicitation and is incorporated in full text:FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders Commercial ItemsFAR 52.252-2, Clauses Incorporated by Reference.The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference:DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD OfficialsDFARS 252.203-7002, Requirement to Inform Employees of Whistleblower RightsDFARS 252.203-7005, Representation Relating to Compensation of Former DOD OfficialsDFARS 252.204-7003, Control of Government Personnel Work ProductDFARS 252-204-7004 (Alt A), System for Award ManagementDFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information ControlsDFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident ReportingDFARS 252.225-7048, Export Controlled ItemsDFARS 252.232-7003, Electronic Submission of Payment RequestsDFARS 252.232-7010, Levies on Contract PaymentsDFARS 252.243-7001 Pricing of Contract ModificationsDFARS 252.247-7023 Transportation of Supplies by SeaThe following DFARS clauses apply to this solicitation and are incorporated in full text:DFARS 252.211-7003, Item Identification and ValuationDFARS 252.232-7006, Wide Area Workflow Payment InstructionsThe following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts:AFFARS 5352.201-9101, Ombudsman(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Ms. Susan R. Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, phone: (618) 229-0267, fax (618) 256-6668. Email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman levels, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.(d) The ombudsman has no authority to render a decision that binds the agency.(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.(End of clause)FAR 52.212-1, Instruction to Offerors-Commercial Items-ADDENDA OFFER PREPARATION INSTRUCTIONS:(a) To assure timely and equitable evaluation of the offer, the offeror must follow the instructions contained herein. The offer must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Offerors must submit with their offers: 1) Pricing Schedule - submit original and one copy, (2) Complete the necessary fill-ins and certifications in provisions.52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:( i ) Technical capability of the service offered to meet the Government requirement Conference rooms size and capacity (Ample room space for personnel and equipment) All rooms must be collocated Rooms free of obstruction General session room comfortably accommodates 150 attendees with U shaped table and rear projection A/V suite. Conference foyer with limited access by non-attendees A support room adjacent to main room. Two each Breakout rooms Audio visual requirements are met to include: (See CLIN 0007)( ii ) Price Proposals shall be evaluated to determine price fair and reasonableness(End of clause)In addition, the proposal must list the Company name, address, DUNS number, CAGE code, Federal TIN, and point of contact to include phone number and email address. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Also, in order to be eligible for the award the company must be registered in the System for Award Management (SAM) database at http://www.sam.gov prior to award, during performance, and through final payment of any contract resulting from this solicitation. Lack of registration in the SAM database will make an offeror ineligible for award. The Small Business Specialist Ms. Lilliam Maldonado-Gutierrez can be contacted at (813) 828-0264. All responsible sources may submit an offer, which shall be considered by the agency.DEADLINE: Offers are due on Wednesday, 27 December 2017 by 10:00 AM EST. Any questions regarding this notice should be directed to Raymond Bussey, Contract Specialist, and Phone (813) 828-1660. Quotes may be emailed to Raymond Bussey at raymond.bussey@us.af.mil or mailed to 6 CONS/LGCB, 2610 Pink Flamingo Ave, MacDill AFB, FL 33621-5119. Submit the following items with the quotations: 1) Pricing Schedule. 

Washington, District of Columbia United StatesLocation

Place Of Performance : N/A

Country : United States

You may also like

BPA FOR HOTEL OVERFLOW - HOTEL SOURCE ASSIST LLC - USWS NCTC - WV

Due: 10 Feb, 2029 (in about 4 years)Agency: U.S. FISH AND WILDLIFE SERVICE

CONFERENCE ROOM AND AUDIO-VISUAL SUPPORT

Due: 03 May, 2024 (in 6 days)Agency: TRANSPORTATION SECURITY ADMINISTRATION

CONFERENCE MEETING ROOMS FOR NCA NATIONAL CONFERENCE. SAF FY24

Due: 30 Apr, 2024 (in 3 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

721 -- Accommodation/721110 -- Hotels (except Casino Hotels) and Motels
naicsCode 721110Hotels (except Casino Hotels) and Motels
pscCode XLEASE/RENT FACILITIES