Support for the Global Medical Readiness Symposium

expired opportunity(Expired)
From: Federal Government(Federal)
FA8052-19-R-A001

Basic Details

started - 27 Mar, 2019 (about 5 years ago)

Start Date

27 Mar, 2019 (about 5 years ago)
due - 09 Apr, 2019 (about 5 years ago)

Due Date

09 Apr, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
FA8052-19-R-A001

Identifier

FA8052-19-R-A001
Department of the Air Force

Customer / Agency

Department of the Air Force
[object Object]

SetAside

WOSB(Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15))

Attachments (3)

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.

 1. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and proposals are being requested and a written solicitation will not be issued. The solicitation number is FA8052-19-R-A001 and the title of this requirement is Air Force Medical Support Agency (AFMSA)/Support for the Global Medical Readiness Symposium (GMRS). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition FAR: FAC 2019-01 Effective 20 Dec 2018.2. The Department of the Air Force, Air Force Installation Contracting Agency (AFICA), 773rd Enterprise Sourcing Squadron (773 ESS/PK) has a requirement for conference center facility to host and support the Air Force Medical Support Agency (AFMSA) Global Medical Readiness Symposium (with available hotel rooms for attendees) and is supplemented with
additional information included in Attachment 2 - Statement of Work (SOW), dated 28 February 2019. This solicitation is issued as a request for proposal (RFP).3. This requirement is 100% set-aside for a woman-owned small business (WOSB) to include Economically Disadvantaged WOSB (EDWOSB), in accordance with FAR Part 19.1502, under NAICS 721110, with a Size Standard of $32.5 Million. All qualified businesses under this industry are encouraged to submit proposals. Qualified businesses must meet the Federal government's definition of a "woman-owned small business". They must also: 1) be registered in the System for Award Management (SAM); 2) be self-certified as an EDWOSB or WOSB concern in SAM; and 3) have submitted documents verifying eligibility at the time of initial offer to the WOSB Program Repository. Offeror will not be eligible for award unless all requirements are met.4. The location of this requirement is Phoenix, AZ within 10 miles of the Phoenix Arizona Airport with collocated conference facilities. Additional requirements are described in the attached SOW, dated 28 February 2019 (Attachment 2). The Period of Performance for this contract is a base year and plus four (4) one-year option periods. The specific dates of the conference are from 19 August - 23 August 2019. Estimated conference dates for the option years will take place during the August timeframe of each respective option period at same place of performance. Government staff and attendees anticipated check-in will be IAW para. 3.2.8. of the SOW. The vendor/hotel/motel must be capable of offering facilities (including guest rooms) within a 10 mile radius of the Phoenix International Airport, accommodating approximately 450 attendees.5. The Government will award a Firm Fixed Price contract resulting from this notice based on the contractor's responsibleness and conformance to the requirements herein. To be eligible for award, the offeror must have current Representations and Certifications in accordance with FAR 52.212-3. These are usually attached to the solicitation for offerors to complete; however, in accordance with DFARS 212.301, the contracting officer will consider required data if available electronically (up-to-date and current in the System for Award Management located at https://www.sam.gov/SAM) instead of requiring the offeror to complete these provisions and submit with proposal.6. Salient Characteristics: This requirement is for a facility which can provide meeting rooms with specific room arrangements with varying setup times. Facility must also allow for plenary and breakout session rooms. It also requires a meeting coordinator/point of contact and hotel staff members IAW attached SOW ensuring meeting space is organized and set up as required for each specific event. All equipment and supplies and other logistical support must be properly placed and tested, as required by the presenter or facilitator, prior to each symposium session. The resultant contract is not intended to cover the price of hotel rooms occupied for the conference attendees, each attendee will be billed separately by the hotel for his or her room, as well as any individual charges (meals, movies, etc.). NOTE: Conference attendees will make their reservations by individual call in; rooms will be reserved on each caller's personal credit/debit card or Government travel card, as appropriate. Should there be a conflict between this combined synopsis/solicitation and the SOW, the SOW will take precedence. All numbers are estimates.7. This notice incorporates one or more solicitation provisions and clauses by reference for the acquisition of commercial items, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil/vmfara.htm.8. 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. The following factors shall be used to evaluate offers: technical capability and price. Proposals shall address all requirements specified in the attached SOW and be submitted in accordance with FAR Clause 52.212-1, Instructions to Offerors-Commercial Items (by reference in Attachment 3). Offers shall be evaluated on the basis established according to the following provisioning. All requirements IAW the SOW will be evaluated for technical acceptability. The following areas will be rated as either Technically Acceptable or Unacceptable:a. The proposal must address the capability to perform all requirements at a single location on the dates and length of time specified IAW attached SOW. The proposal must also address providing audio-visual support IAW paragraphs 3.1.7, 3.2.11. and 3.2.12. Additionally, the proposal must address location within a 10-mile radius of the Phoenix International Airport IAW paragraph 1.2.b. Please complete and return Price Schedule (Attachment 1). Evaluation of price will be performed using one or more of the price analysis techniques in accordance with FAR 15.404-1(b). Through these techniques the Government will determine whether the proposed price is fair and reasonable. The Government reserves the right to require the submission of other Than Certified Cost or Pricing Data as is deemed necessary to arrive at a fair and reasonable price.9. Notice to Offeror(s): The Government will evaluate all submitted proposals and award based on Lowest Price Technically Acceptable method. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.10. Questions about this proposal shall be submitted to the contacts identified below no later than 10:00 AM CST, 02 April 2019. Proposals shall be submitted via e-mail to the Contract Specialist, Angela Baker at angela.baker.9@us.af.mil (can be reached at 210-395-9397) and Contracting Officer, Christal E. Jackson, at christal.jackson.6@us.af.mil (can be reached at 210-395-9396). Proposals shall be submitted not later than 10:00 AM CST, 9 April 2019. The Government anticipates awarding a single contract on or about 10 April 2018.3 Attachments1. Price Schedule, dated 26 March 20192. Statement of Work, dated 28 February 20193. Clauses and provisions

Within 10 miles of Phoenix International Airport Phoenix, Arizona United StatesLocation

Place Of Performance : Within 10 miles of Phoenix International Airport

Country : United States

You may also like

RJWG INTERNAL SYMPOSIUM SUPPORT TASK ORDER

Due: 28 Sep, 2024 (in 5 months)Agency: OFFICE OF JUSTICE PROGRAMS

School Readiness Mentor Coach

Due: 01 May, 2024 (in 1 day)Agency: Utah Division of Purchasing

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