Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2011 FBO #3415
SOLICITATION NOTICE

99 -- This requirement is for future Yellow Ribbon Events and Strong Bonds events which require lodging, meals and meeting rooms.

Notice Date
3/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
133D AW/MSC, 133 LS/LGC, 610 Militia Drive, St. Paul, MN 55111-4120
 
ZIP Code
55111-4120
 
Solicitation Number
W912LM-Q-11-8001
 
Response Due
4/8/2011
 
Archive Date
6/7/2011
 
Point of Contact
Michelle Ambrose, 6127132613
 
E-Mail Address
133D AW/MSC
(michelle.ambrose@us.army.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. ** PLEASE E-MAIL QUOTES TO michelle.ambrose@ang.af.mil (I) This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR 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. (II) Solicitation number W912LM-11-Q-8001 is hereby issued as a RFQ, (Request for Quote). (III) The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48. (IV) The Solicitation listed here is 100% set-aside for small business. The associated North American Industry Classification System (NAICS) code for this procurement 721110, small business size standard is $7M. (V) See the attached prototype for requested items. (VI) This requirement is for future Yellow Ribbon Events and Strong Bonds events (which require lodging, meals and meeting rooms). Qualified establishments shall be located within the twin cities area. When applicable, the contractor shall provide any items and services necessary to provide catered meals. See the attached prototype for additional. (VII) The intent of this solicitation is to establish pricing for inclusion to Blanket Purchase Agreements (BPAs) for future unscheduled events. (VIII) The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offeror-Commercial, applies to this solicitation. (IX) The Government will award a contract 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 as per provision at 52.212-2, Evaluation -- Commercial Items. (X) Offerors are to confirm on-line completion of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (XI) FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. See attached addenda regarding payment and invoicing. (XII) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. 52.219-6 Notice of Total Small Business Aside, 52.232-36 Payment by Third Party, 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (XIII) Additional Requirements: The Contractor shall provide an on-site contract manager who shall be responsible for the performance of the work. The name of this person, and an alternate(s), who shall act for the contractor when the manager is absent, shall be designated in writing to the contracting officer. The Contract Manager or alternate shall have full authority to act for the contractor on all contract matters relating to the operation of this contract. The contract manager or alternate shall be available at all times during the events to meet with government personnel designated by the Contracting Officer to discuss problems areas. Central Contractor Registration (http://www.ccr.gov) is mandatory. (XIV) NOT APPLICABLE (XV) Offers are due to the Minnesota Air National Guard, 133rd AW, MSgt Michelle Ambrose by 8 April 2011, noon central standard time. E-mail quotes will be accepted to michelle.ambrose@ang.af.mil. (XVI) Point of contact for this solicitation can be directed to michelle.ambrose@ang.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA21-2/W912LM-Q-11-8001/listing.html)
 
Place of Performance
Address: 133D AW/MSC 133 MSG/MSC St. Paul MN
Zip Code: 55111-4120
 
Record
SN02413476-W 20110401/110330235039-3c38bff2a381253b52255f1fc9cbb8b9 (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.