SOLICITATION NOTICE
99 -- Yellow Ribbon Reintegration Briefings (lodging/conference rooms/meals)13-14 May 2010
- Notice Date
- 4/22/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- 127 MSC, Contracting Division, 43200 Maple Street, Building 105, Selfridge Air National Guard Base, MI 48045-5213
- ZIP Code
- 48045-5213
- Solicitation Number
- W912JB-10-T-4024
- Response Due
- 4/27/2010
- Archive Date
- 6/26/2010
- Point of Contact
- Marian Alviar, 586-239-5867
- E-Mail Address
-
127 MSC
(marian.alviar@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- 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 is a combined synopsis/solicitation for commercial items 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. (II) Solicitation W912JB-10-T-4024 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-36. (IV) This acquisition is reserved for a Small Business concerns; however, in the event that no Small Business concerns can meet the requirement the set-aside will be withdrawn and an award will be made to a Large Business. The associated NAICS code for this acquisition is 721110, standard industrial classification 7011, small business size $7.0 Million. (V) This is a NOT TO EXCEED type contract for non-personal services to provide all personnel, supervision and all other items and services necessary for two conference rooms, meals (up to 50 adults and 8 children), and lodging for up to 8 families. Check-in Thursday, 13 May 2010; check-out Friday, 14 May 2010. Include a list of amenities and any areas of interest for the families attending the conference. Areas of interest may include those at the hotel/resort or located nearby (preferably within walking distance). (VI) Conference rooms, meals, and lodging: CONFERENCE ROOMS: Two conference rooms for Friday; main meeting room should hold up to 50 adults with screen and microphone available. The Government will provide a laptop and projector. One smaller room is needed for up to 8 children. Prefer smaller room be located near main conference room. Small room should be able to hold up to 8 children. Room needs to be set up with a minimum of 2 tables, 4 pack-n-plays or cribs, and microwave. MEALS: Hotel /Resort shall provide breakfast, lunch and refreshments. Serve a hot breakfast buffet starting at 0730 on Friday to feed up to 50 adults and 8 children. Minimum foods to be included are scrambled eggs, potatoes, meat, pancakes, juice and milk. Serve a hot lunch buffet for up to 50 adults and 8 children. Minimum foods to be included are one type of pasta, chicken, salad, potatoes, vegetable, two varieties of soda and water. REFRESHMENTS: Provide refreshments for up to 50 adults to include at a minimum coffee and water for morning; lemonade and water for afternoon; at least one snack (example: cookies). Provide refreshments for up to 8 children to include at a minimum juice/milk/cheerios and/or goldfish snacks for morning and afternoon. LODGING: Hotel/Resort to be within 15 miles of Sterling Heights, Michigan with amenities on-site or within walking distance. Hotel /Resort must be able to offer up to 8 rooms (non smoking with two double beds). Additional rooms may be required. (VII) FOB point is Origin. (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial. (IX) The following provisions in their latest editions apply to this solicitation: FAR 52.212-2, Evaluation Commercial Items. The following factors will be used to evaluate offers: (1.) Availability of family entertainment, (2.) Menu, (3.) Price, and (4.) Cancellation policy. The Government intends to award a contract without discussions with respective Offerors. The Government, however, reserves the right to conduct discussions if deemed in the best interest of the Government. (X) Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items with their offer. A copy has been posted at www.nationalguardcontracting.org (XI) The following clauses in their latest editions apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions Commercial Items. (XII) The following clauses in their latest editions apply to this solicitation: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) The Department of Labor Service Contract Act Wage Determination, Food & Lodging WD 05-2273 (Rev 09) dated 05/26/2009 is currently incorporated into this solicitation; however, the current prevailing Wage Determination will be incorporated at time of award. Current determinations can be located at http://www.wdol.gov/sca.aspx. The following provisions are incorporated by reference: 52.219-1ALT I, Small Business Program Representations. The following clauses are incorporated by reference: 52.204-7 Central Contractor Registration; 52.219-6 Notice Of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-21 Prohibition Of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-41 Service Contract Act Of 1965; 52.222-42, Statement Of Equivalent Rates For Federal Hires; 52.222-50 Combating Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2, Clauses Incorporated By Reference; 52.252-6, Authorized Deviations In Clauses; 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; 252.212-7001 (DEV), Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports ; 252.232-7010 Levies on Contract Payments. (XIV) N/A. (XV) All information relating to this solicitation, including changes/amendments, questions and answers will be posted on the following website: (www.nationalguardcontracting.org). Formal communications (such as request for clarifications and/or information) concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the National Guard web site. They will be contained in the plans section in a document titled Questions and Answers. Offerors are requested to submit questions to the E-mail address noted below not later than, 11:00 A.M. EST, 26 Apr 2010. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of the solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Awardee must invoice through Wide Area Work Flow (WAWF), an online invoicing system https://wawf.eb.mil/ after completion of event. Offerors MUST include a list of amenities and any areas of interest for the families attending the retreat, cancellation policy, and Representations and Certifications to be considered. The proposal will be due to 127 MSC Contracting Division, 43200 Maple Street, Bldg. 105, Selfridge ANG Base, Michigan 48045, by 1:00 P.M. EST, 27 April 2010. E-mail quotes will be accepted at 127wg.contractomb@ang.af.mil; also provide copy to marian.alviar@ang.af.mil. You may confirm receipt of your quote by calling Marian Alviar. (XVI) Point of Contact for this solicitation is Marian Alviar at (586) 239-5867.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-2/W912JB-10-T-4024/listing.html)
- Place of Performance
- Address: within 15 miles of Sterling Heights, MI 127 MSC Contracting Division, 43200 Maple Street, Building 105 Selfridge Air National Guard Base MI
- Zip Code: 48045-5213
- Zip Code: 48045-5213
- Record
- SN02129862-W 20100424/100422235227-f6bc5d8333d96cae5725370d48029a39 (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 |