Skip to main content

An official website of the United States government

You have 2 new alerts

Leadership Conference

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Jan 12, 2022 01:10 pm EST
  • Original Published Date: Jan 11, 2022 04:47 pm EST
  • Updated Date Offers Due: Jan 18, 2022 01:00 pm EST
  • Original Date Offers Due: Jan 18, 2022 01:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 02, 2022
  • Original Inactive Date: Feb 02, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: X1AB - LEASE/RENTAL OF CONFERENCE SPACE AND FACILITIES
  • NAICS Code:
    • 721110 - Hotels (except Casino Hotels) and Motels
  • Place of Performance:

Description

COMBINED SYNOPSIS/SOLICITATION

This is a combined synopsis/solicitation ("Synopsitation" hereafter), which is expected to result in award of a Firm Fixed Price contract for a commercial commodity/service, i.e., Leadership Conference, as described under the attachment titled ?Performance Work Statement?. The synopsitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation is conducted as a commercial service procurement using Simplified Acquisition Procedures (FAR Part 13) and Small Business Programs (FAR Part 19).

An award, if any, will be made to the responsible offeror who submits a quotation that (1) conforms to the requirements of the synopsitation; (2) Complies with the minimum requirements stated in the Performance Work Statement (PWS), as evidenced by providing a complete description of the equipment provided; and (3) that submits the quotation with the lowest total evaluated price (TEP), provided that the TEP is determined to be fair and reasonable. The Government reserves the right to award without discussions or make no award at all depending upon (1) the quality of quotations received and (2) whether proposed prices are determined to be fair and reasonable.

Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. 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.

Offerors shall complete and include in quotations all representations and certifications, as well as all fill-in provisions and clauses, contained within this solicitation. Additionally, quotations that contain pricing only with no description/detail of the equipment that will be provided will not be accepted or considered for award. Offerors shall submit a detailed response to the solicitation explaining the products being proposed and how the offeror is able to fulfill all requirements of the solicitation.Synopsitation Number: FA8601-21-Q-0040

This acquisition is under North American Industry Classification (NAICS) Code: 721110, Small Business Size Standard: $35,000,000.00 Synopsitation Closing Date: Quotations must be received no later than 1:00 pm, Eastern Standard Time on 18 JANUARY 2022. Quotations received after that date and time will not be accepted or considered for award.

Send Quotations To: AFLCMC/PZIBB Attn: Claire K. Minniear 1940 Allbrook Drive, Bld. 1, Room 109WPAFB OH 45433-5309 or Submit electronic quotations via Procurement Integrated Enterprise Environment (PIEE)/e-mail to: claire.minniear@us.af.mil; and joseph.sbarra@us.af.mil

Any correspondence sent via e-mail must contain the subject line "FA8601-22-Q-0040". The entire quotation must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent. The email filter may delete any other form of attachments.

**Due to the Department of Defense Firewall, it strongly advised to call/email the POCs identified in this Synopsitation to verify that proposal was received prior to the cut-off date if sent via email.**

Address questions regarding this synopsitation to Claire K. Minniear by phone at (937) 522-3393 or via e-mail at claire.minniear@us.af.mil. A detailed description of the requirement including delivery date, provisions and clauses,

representations and certifications, and specifications are provided in the attached documents. Upon award, any provisions that were in the draft contract (including representations and certifications) will be removed from the award document.

IMPORTANT NOTICE TO ALL CONTRACTORS: All prospective awardees are required to register in the System for Award Management (SAM) and maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov

Attachments:

1. Solicitation Document

2. Performance Work Statement (PWS), Rev. 12 Jan 22

3. Solicitation Modification Document (FA860122Q0040P00001)**

**PWS & Solicitation were amended to include reference to performance location requirement to be within three (3) hours of driving distance from Wright-Patterson Air Force Base, Ohio.

-------------------------

*Visit 'https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=FA860122Q0040' to obtain more details.*

Contact Information

Contracting Office Address

  • CP 937 656 5842 1940 ALLBROOK DR BLDG 1 RM 109
  • WRIGHT PATTERSON AFB , OH 45433-5344
  • USA

Primary Point of Contact

Secondary Point of Contact

History