SOLICITATION NOTICE
X -- The District of Columbia Army National Guard is coordinating hotel accommodations for the DCNG Yellow Ribbon Reintegration 30/60 Day Post Deployment Program held on 4-7 November 2010.
- Notice Date
- 10/28/2010
- Notice Type
- Presolicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- USPFO for DC, 189 Poremba Ct., Anascostia Naval Air Station, Washington, DC 20315-0350
- ZIP Code
- 20315-0350
- Solicitation Number
- W74LSX02870003
- Response Due
- 11/2/2010
- Archive Date
- 1/1/2011
- Point of Contact
- Chanel Wilson, 202-685-7855
- E-Mail Address
-
USPFO for DC
(chanel.wilson@dc.ngb.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The District of Columbia Army National Guard is coordinating hotel accommodations for the DCNG Yellow Ribbon Reintegration 30/60 Day Post Deployment Program held on 4-7 November 2010. This type of contract will be firm fixed price for hotel accommodations for approximately 45 rooms at or below the government per-diem rate for the Cambridge, MD. Only those venders in the areas of Cambridge, MD need to respond. The North American Industry Classification System (NAICS) code is 721110. This is a Total Small Business Set-Aside with a small business size standard of $7.0 million. Contractors must have a current registration with the Central Contractor Registration (CCR) at http://www.ccr.gov and with Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Furthermore, contractors must be approved by FEMAs U.S. Fire Administration. Quotes must be received no later than 3:00 p.m., EST, 1 Nov 2010. Responses may be sent electronically to Chanel Wilson, Contract Specialist, District of Columbia Army National Guard, Building 350, 189 Poremba Court SW, Washington, DC 20373, or via email: chanel.wilson@dc.ngb.army.mil. All questions should be submitted to chanel.wilson@dc.ngb.army.mil no later than1 November 2010. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors, Commercial Items (Nov 2007) and 52.215-5, Facsimile Proposals (Oct 1997) applies to this acquisition. Submit signed and dated quotes on company letterhead. The following FAR clauses 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007) is incorporated into this RFQ and is amended to add the following FAR clauses: 52.204-7 Central Contractor Registration (Jul 2006), 52.252-2, Clauses Incorporated by Reference (Feb 1998), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2008). The following additional FAR Clauses are applicable: 52.219-6, Notice of Total Small Business Set-Aside (June 2003);52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers With Disabilities (June 1998); 52.222-41, Service Contract Act (1965); 52.222-50, 52-223-15 Energy Star, 52.223-16 EPEAT, Combating Trafficking in Persons (Aug 2007; 52.232-33). The following DFARS clauses apply 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Mar 2008) specifically the following clauses under paragraphs (a) and (b) are applicable; 252.204-7004, Alternate A (Sep 2007). This contract incorporates one or more clauses by reference, with the same force and effects as if they were given in full text. Upon request, the contracting Officer will make their full text available. Also, the full test of a clause may be accessed electronically by these addresses: www.farsite.hill.af.mil or www.arnet.gov/far. The following additional clauses are also incorporated into this solicitation DFAR 252.204-7004 Alt A, Required Central Contractor Registration Single Sleeping Rooms 3 singles and 2 double rooms for the 4 November 2010. Rooms Needed ( nights)Rooms Per NightCost Per NightApplicable Taxes 4 November 2010 5 5-6 November 201040 TOTAL ESTIMATED COST: $___________ Double Sleeping Rooms and Single Sleeping Rooms 20 single rooms and 20 double rooms for the 5 and 6 November 2010. Rooms Needed ( nights)Rooms Per NightCost Per NightApplicable Taxes 4 November 2010 5 5-6 November 201040 TOTAL ESTIMATED COST: $___________ TOTAL ESTIMATED COST: $___________ Meeting Rooms Rooms Needed ( 3 days) Room CapacityCost Per DayAddl Charges Friday, 5 Nov 2010General Session-100 12:00pm -8:00 pm Childcare Room-20 9:00am -6:00 pm Youth Room-20 9:00am-6:00 pm Family Member Room-30 9:00am-6:00 pm Saturday, 6 Nov 2010General Session-100 8:00am -8:00 pm Childcare Room-20 8:00am -6:00 pm Youth Room-20 8:00am-6:00 pm Family Member Room-30 8:00am-6:00 pm Sunday, 7 Nov 2010General Session-100 7:00am -1:00 pm Family Member Room-30 7:00am-1:00 pm Meals Type of Meals (3 days)Number of MealsCost Per PersonSvc. Chg./Gratuity Breakfast (Fri) Breakfast (Sat/Sun)5 100 Snacks (Fri/Sat)100 Lunch (Fri/Sat/Sun)100 PM Break (Fri/Sat)100 Dinner (Thurs) Dinner (Fri/Sat)5 100 TOTAL ESTIMATED COST: $___________ Audio/Visual Type of Audio/VisualNumber of Audio/VisualCost Per PersonSvc. Chg./Gratuity Screens4 Microphone (in General Session/Meal Room)1 Podium (in General Session/Meal Room)1 6 ft vendor tables10 TOTAL ESTIMATED COST: $___________ Travel/Parking Form of Travel (to/from OHare)Cost Per Person Hotel Shuttle Bus Commercial Bus/Shuttle Guest Parking at Facility TOTAL ESTIMATED COST: $___________ Miscellaneous: Type of EquipmentQuantityCost Per DayAddl Charges/Setup Fee telephone calls, room service, movies, etc.0 TOTAL ESTIMATED COST: $___________ STATEMENT OF SERVICES: Please write a memo of all basic services and additional services you expect the hotel to provide while providing the items outlined above. Include any pertinent dates and times for these items if applicable. Please review and fill in all areas that are identified in blue to create your basic statement of work (need). Use of conference space and related services such as participant, rooms and audio-visual equipment. Anticipated or Known Dates of Event: 4-7 November 2010 General Location: Cambridge, MD; only those venders in Cambridge, MD areas need to respond Anticipated Attendees: We anticipate 100 persons to be in attendance at the conference. (Note: There may be up to 10 percent variation between time of bid and conference event: We will confirm actual numbers _____ days prior to the event. Handicap Accessibility: All meeting places, sleeping rooms, dining rooms, and facility spaces open to the general public must be accessible to persons with disabilities. To compete, bidding facilities must meet standard ADA accessibility requirements. (We will notify the successful bidder of all known special accommodations required prior to conference.) Mode of Procurement: This procurement will be executed with a standard US government commercial purchase order. Guest Expenses Covered: We will pay for rooms, meals and breaks for approved guests who are registered at the conference facility or hotel. Other incidentals such as telephone calls, room service, movies, etc. will be the responsibility of each guest. Additional considerations: (Add any that you can think would apply or request to delete if not needed) Does your facility offer the following services to guests and conferees? -- Free parking for guests? Yes ___ No___ -- Free van or limousine service to and from the airport? Yes ___ No If not, what transportation is available and what cost? __ ________________________________________________________________________ -- Is there a charge for telephones in the rooms? Yes ___ No ___ _______________________________________________________________________ Please describe any other amenities or concessions available. If you have questions, please call Chanel Wilson, Contract Specialist, at 202-685-7855 for assistance or email chanel.wilson@dc.ngb.army.mil. A determination, that equal services exist; or a determination to compete this procurement based on responses to this notice is solely within the discretion of the Government. Responses must be received by 3:00pm EST on 2 November52010. Responses received after that date will be considered late IAW FAR 52.212-1(f) and will not be evaluated. Questions should be addressed to the Primary POC Chanel Wilson, Contract Specialist, (202) 685-7855 or sent via e-mail to chanel.wilson@dc.ngb.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA49/W74LSX02870003/listing.html)
- Place of Performance
- Address: USPFO for DC 189 Poremba Ct., Anascostia Naval Air Station Washington DC
- Zip Code: 20315-0350
- Zip Code: 20315-0350
- Record
- SN02318944-W 20101030/101028234355-2ad6d7045369d44f28fe8dbb6eadeca6 (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 |