Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2010 FBO #3003
SOLICITATION NOTICE

V -- Combined Synopsis Solicitation for BPA's - Hotel Rooms, Conference Space, and Meals

Notice Date
2/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USPFO for New Hampshire, 1 Minutemen Way, Concord, NH 03301-5652
 
ZIP Code
03301-5652
 
Solicitation Number
W912TF-10-T-0008
 
Response Due
3/11/2010
 
Archive Date
5/10/2010
 
Point of Contact
David D DeVoy III, 603-227-5136
 
E-Mail Address
USPFO for New Hampshire
(david.d.devoy@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation, W912TF-09-T-0008, is being issued as a request for quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-32-Technical Amendment. This requirement is an unrestricted acquisition. The NAICS code is 721110 Hotels (except Casino Hotels) and Motels, Size Standard is $7,000,000.00 The United States Property and Fiscal Office New Hampshire is seeking multiple vendors willing to enter into Blanket Purchase Agreements for hotel lodging, meals, and conference space. It is anticipated that three BPAs will be established in each of the four areas. Areas are defined as follows: Area 1 Cheshire County and Hillsborough County, Area 2 Rockingham County and Strafford County, Area 3 Sullivan County, Merrimack County, and Belknap County, Area 4 Grafton County, Carroll County, and Coos County. Individual calls placed against these BPAs shall not be more than the simplified acquisition threshold of $100,000.00. Vendors need to be able to accommodate a range of requirements providing lodging, meals, and conference space anywhere from 20 to 400 persons. Requirements over $3,000.00 will be competed amongst BPA holders and the location will be based on size, time, and desired place of conference. When establishing BPAs, the Government will consider vendors whose technical capability, past performance, and pricing will be in the best interest of the Government. For evaluation purposes, provide three past performance references with your proposal. The information provided in your proposal packet will be used to evaluate your technical capability. Vendors should provide adequate detail to include CAPACITY, QUALITY, and PRICING of the following criteria: 1.Number of overnight rooms, what type, and ability to offer rooms at or below local Government per diem rate. 2.Amenities available 3.Meal packages and ability to offer meals at or below the local Government per diem rate. 4.Number of conference rooms and capacities. 5.A/V capabilities available The following provisions and clauses apply to this acquisition: FAR 52.212-2 Evaluation- The Government will award multiple BPAs 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: Price, Past Performance, and Technical Capability of the hotel/conference center. Technical and past performance when combined, are significantly equal to cost or price. FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 ALT I Offeror Representations and Certifications- Commercial Items, FAR 52.212-4 Contract Terms and Conditions- Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, FAR 52.219-28 Post-Award Small Business Program Representation, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.252-2 Clauses Incorporated by Reference, DFAR 252.201-7000 Contracting Officers Representative, DFAR 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFAR 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, DFAR 252.204-7004 Alternate A, DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, DFAR 252.225-7000 Buy American Act- Balance of Payments Program Certificate, DFAR 252.225-7001 Buy American Act and Balance of Payments Program, DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, DFAR 252.232-7010 Levies on Contract Payments, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor- Cooperation with Authorities and Remedies, FAR 52.222-36 Affirmative Action for Workers with Disabilities, DFAR 252.225-7035 Buy American Act- Free Trade Agreements- Balance of Payments Program Certificate, FAR 52.203-3 Gratuities, FAR 52.203-6 Alt. I Restrictions on Subcontractor Sales to the Government, FAR 52.204-4 Printed or Copied Double Sided on Recycled Paper, FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns, FAR 52.219-8 Deviation Utilization of Small Business Concerns, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-54 Employment Eligibility Verification, FAR 52.233-2 Service of Protest, DFAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, DFAR 252.212-7000 Offeror Representations and CertificationsCommercial Items, DFAR 252.225-7012 Preference for Certain Domestic Commodities, DFAR 252.225-7020 Trade Agreements Certificate, DFAR 252.243-7002 Requests for Equitable Adjustment, DFAR 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns, FAR 52.219-9 (Alt II) Small Business Subcontracting Plan- Alternate II, FAR 52.219-9 Deviation (Alt II) Small Business Subcontracting Plan (DEVIATION)Alternate II, FAR 52.219-16 Liquidated Damages Subcontracting Plan, FAR 52.219-25 Small Disadvantaged Business Participation Program- Disadvantaged Status and Reporting DEVIATION, DFAR 252.219-7003 Deviation Small Business Subcontracting Plan (DoD Contracts) DEVIATION, FAR 52.211-16 Variation in Quantity, FAR 52.217-9 Option to Extend the Term of the Contract, FAR 52.232-36 Payment by Third Party. All firms must be registered in the Central Contractor Registration database at www.ccr.gov. All proposals must be sent to david.d.devoy@us.army.mil and must be received no later than 8:00 AM EST Thursday, March 11, 2010. The point of contact for this combined synopsis/solicitation is David D. DeVoy III at 603-227-5136 or david.d.devoy@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA27/W912TF-10-T-0008/listing.html)
 
Place of Performance
Address: USPFO for New Hampshire 1 Minutemen Way, Concord NH
Zip Code: 03301-5652
 
Record
SN02063182-W 20100213/100211234431-fec0ca263f606b9a8f4826e2335fbd93 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.