Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2010 FBO #3094
SOLICITATION NOTICE

X -- Marriage & Family Retreat

Notice Date
5/13/2010
 
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
W912JB10T4028
 
Response Due
5/21/2010
 
Archive Date
7/20/2010
 
Point of Contact
Joseph Michael Lievois, 586-239-2865
 
E-Mail Address
127 MSC
(joseph.lievois@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 Subpart 12.6 and Far Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Solicitation Number W912JB-10-T-4028 is being issued as a Request For Quotation. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-36. This acquisition is reserved for a small business concern; however, in the event no small business concern can meet the requirement, the reservation will be withdrawn and an award will be made to a large business. Selfridge intends to award a Firm-Fixed-Price Not To Exceed type Contract for non-personal services to provide all personnel, supervision and all other items and services necessary for lodging, meals, and conference services, on Mackinac Island Michigan. The North American Industrial Classification System (NAICS) code for this procurement is 721110 (the size standard is 7 mil). This solicitation will end on 21 May 2010, 12:00 p.m. Eastern Standard Time. Quotes received after this time will not be considered. The total proposed price shall be all inclusive (include any incidental charges, i.e. parking, surcharges, etc). Individual room incidental charges will be the responsibility of the person occupying the room. The period of performance is 11-13 June 2010. The cancellation policy shall state that in the event the number of actual rooms required falls below 80% of the number of rooms shown on the final guest list, Selfridge shall pay for a minimum of 80% of the rooms on the final guest list. Contractor qualifications and specifications. The vendor shall be located within one block from family oriented amenities for 70 adults and 25 children to include lodging, food, conference space, and audio/visual equipment (screen and microphone only). The vendor must be capable of providing all services and facilities listed in this solicitation on premise. The Contractor shall propose the following Contract Line Item Numbers (CLINS): CLIN Item Price Per Number Night Rooms Nights Amount 0001 Sleeping Rooms ________ x $_______ x 2 = ___________ (2 adults and up to 2 adolescents each and in accordance with the Statement of Work) CLIN Item Price Per Number Adult Meals 0002 Breakfast service ________ x 70 x 2 = ____________ 0003 Lunch service ________ x 70 x 1 = ____________ 0004 Dinner service ________ x 70 x 1 = ____________ (In accordance with the Statement of Work) Children Meals -see statement of work 0005 Breakfast service ________ x 70 x 2 = ___________ 0006 Lunch service ________ x 70 x 1 = ___________ 0007 Dinner service ________ x 70 x 1 = ___________ (In accordance with the Statement of Work) CLIN Item Price Per Number 0008 Conference Room & Audio/visual equipment $___________ (In accordance with the Statement of Work) CLIN Item Total Amount 0009 Refreshments $___________ (In accordance with the Statement of Work) TOTAL PRICE $ ________________ STATEMENT OF WORK 1. Lodging Requirements: The hotel/lodging shall be located on Mackinac Island in Michigan. The maximum numbers for this requirement are 70 adults and 25 children. A total of 40 private rooms are needed. Lodging room shall have at least 2 queen sized beds or larger and be capable of accommodating additional beds (rollaway), baby crib for children inclusive in the cost of lodging. The rooms shall have a private bathroom, telephone, and television set. All services in this statement of work shall be provided on site. The total proposed price shall be all inclusive, including any incidental charges (i.e. parking, surcharges, resort fees etc.) with the exception of phone, room service, and in-room entertainment charges. Incidental room and phone charges are the responsibility of the person occupying the room. Check in time shall be no later than 1800. Checkout shall be no sooner than 12:00 p.m. 2. Food and Beverage Buffet Requirements: All meals except the Saturday adult dinner shall be served buffet style. Each buffet shall include the following at a minimum: Breakfast: Scrambled eggs, pancakes or waffles, meat, bread or muffins, juice, milk, water, coffee and tea. Adult meals: A. Breakfast- 12 and 13 June (0730 0900). Adults and children will eat together. B. Lunch 12 June (1200 1300)-Example is pasta, chicken, salad, potatoes, vegetable, dessert and beverages. Adults will eat in the main conference room, separately from the children. C. Dinner- 12 June (1800-1900)-Dinner examples: plated for adults, roast beef, chicken, lasagna, potato, bread, vegetable, desert, non-alcoholic beverages. Adults will eat separately from the children, but not in the main conference room they trained in all day. Dinner shall be set up with tables for two. D. Snacks & Beverages throughout the day: Adults-Coffee, tea and water shall be provided during morning training times. Lemonade and water during the afternoon training times. Afternoon snack of cookies. Children-room 1: juice, milk, cheerios or goldfish. Room 2: juice, milk, for a.m., juice, fruit punch for p.m., cookies and goldfish for afternoon. Room 3: juice, milk for a.m., juice, pop, chips, goldfish for p.m. Child meals: A. Breakfast- same time as adults. Children shall eat with the adults. B. Lunch same time as adults. Example: pizza, chicken fingers. Children shall eat near their conference rooms, separately from the adults. C. Dinner- same time as adults-examples: pasta, chicken fingers. Children shall eat near their conference rooms, separately from the adults. 3. Conference Space: Location of the conference space shall be on the lodging premises. The contractor is responsible for providing all necessary materials to assist in the performance of the conference to include room set up, room tear down, and audio and visual hook ups. Services required include: One main conference room to accommodate 70 adults, and three small sized conference rooms for the children, close to each other, but not necessarily close to the adult conference room. Of the three small rooms each shall accommodate approximately 15 children, and Room 1 shall be set up with 2 tables, 4-5 pack-n-plays or cribs, microwave and mini refrigerator; Rooms 2 and 3 shall have approximately 4 tables, 10-15 chairs, and a television/dvd player. Conference room times are: 12 June (0700-1700) & 13 June (0700-1300.) Adults will need a room close to the dinner room immediately following dinner for their formal re-dedication of vows ceremony for approximately one (1) hour. 4. Childcare: Childcare shall be provided by the customer. The above numbers of guests are estimated and the final totals will be provided to the awardee by close of business 4 JUN 2010. The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial. 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.) quality and proximity 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. 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.fedbizopps.com. The following clauses in their latest editions apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions Commercial Items. 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. The Department of Labor Service Contract Act Wage Determination, Food & Lodging WD 96-0101 (Rev 21) dated 01/07/2010 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 Re-representation; 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. All information relating to this solicitation, including changes/amendments, questions and answers will be posted on the following website: (www.fedbizopps.com). 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 FedBizOpps 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, 12:00 p.m. Eastern Standard Time, 20 May 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, and cancellation policy. An official authorized to bind your company shall sign the quote. The food and beverage proposals should be included in your quote. The contractor is required to submit a copy of FAR clause 52.212-3 with their quote. If ORCA has been completed, the contractor only needs to fill out section (b). The Government will make an award resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation represents the best value to the Government. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. Telephone inquiries will not be accepted and all questions concerning this solicitation should be addressed to Joe Lievois and Marian Alviar, Contract Specialist via email to joseph.lievois@ang.af.mil and marian.alviar@ang.af.mil. Proposals shall be sent to 127 MSC Contracting Division, 43200 Maple Street, Bldg. 105, Selfridge ANG Base, Michigan 48045, by 12:00 p.m. Eastern Standard Time, 21 May 2010. E-mail quotes will be accepted at 127wg.contractomb@ang.af.mil; also provide a copy to joseph.lievois@ang.af.mil and marian.alviar@ang.af.mil. You may confirm receipt of your quote by calling Joe Lievois or Marian Alviar. Point of Contact for this solicitation is Joe Lievois at (586) 239-2865 and Marian Alviar at (586) 239-5867. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-2/W912JB10T4028/listing.html)
 
Place of Performance
Address: 127 MSC Contracting Division, 43200 Maple Street, Building 105 Selfridge Air National Guard Base MI
Zip Code: 48045-5213
 
Record
SN02148599-W 20100515/100513235014-7e30ebf25e65f7b835e194e58b2ac068 (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.