Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2011 FBO #3424
SOLICITATION NOTICE

V -- This is a combined synopsis/solicitation for commercial services in accordance with Subpart 12.6 This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

Notice Date
4/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
102 IW/MSC, 158 Reilly Street, Room 228, Box 8, Otis ANG Base, MA 02542-5028
 
ZIP Code
02542-5028
 
Solicitation Number
W912SV-11-T-0009
 
Response Due
4/18/2011
 
Archive Date
6/17/2011
 
Point of Contact
Susan Faux, 508-968-4910
 
E-Mail Address
102 IW/MSC
(susan.faux@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 services 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. The solicitation number assigned to this action is W912SV-11-T-0009. This acquisition is utilizing procedures in FAR part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the 102d Intelligence Wing, Contracting Office, 156 Reilly Street - Box 8, Otis Air National Guard Base, Massachusetts 02542-1330. Principle NAICS is 721110 and size standard is $30 million. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-48 dated 31 January 2011. The Massachusetts Air National Guard (MA ANG) requirement is for a full service Resort environment located within a 40 mile radius of Quincy, Massachusetts to host an event in accordance with the attached Statement of Work (SOW), which is a part of the RFQ and will be made a part of any resulting award. This is not a solicitation for Event Planning Services. For a proposal submitted by an offeror that is not a hotel, the offeror must describe in its proposal the technical approach for the offerors services as a prime contractor and forward a copy of a signed, written agreement between the offeror and a representative who has binding authority of stated hotel facility. This agreement must state that it covers the period of performance requested in the solicitation and be signed by both parties. In addition, a copy of all insurance(s) (standard business, liability, extraordinary insurances) must be submitted with the offerors technical proposal for evaluation purposes. The technical approach must provide the name, phone number, and email address of a lodging representative from the offerors company (not a representative of the proposed hotel) and will be available full-time during the event and must be physically present full time at the hotel during the entire event. Again, this is NOT a solicitation for Event Planning Services. An offer which requires the Government to execute a separate agreement with a third party vendor shall be deemed technically unacceptable. The Government intends to place a Single, Firm-Fixed Price order without discussions to the responsible offeror whose offer conforming to the solicitation will be Best Value to the Government. The government shall evaluate offers based on the following factors: Price and Technical Capability. Technical factors are defined as 1) Ability to provide Lodging Requirements, 2) Ability to provide Subsistence Requirements and 3) Ability to provide Conference Space and Audio/Visual Requirements. Technical factors when combined are equal to price. The Government intends to evaluate proposals and award a contract without discussions. Therefore, offers should submit their best offer up front. Do not assume you will be able to revise your offer. General Requirement: In accordance with attached Statement of Work: CLIN 0001: LODGING, (not to exceed local government per diem rate and inclusive of any surcharges). CLIN 0002: CONFERENCE SPACE REQUIREMENTS CLIN 0003: AUDIO/VISUAL REQUIREMENTS CLIN 0004: SUBSISTANCE REQUIREMENTS (Price shall be inclusive of all applicable service charges). CLIN 0005:MISCELLANEOUS EVENT ADMINISTRATIVE CHARGES Note on Price Evaluation factor: Prices for food, inclusive of all service fees shall not exceed the local government per diem rate for lunch for the location of the Hotel. Prices for lodging shall not exceed the local government per diem rate for the location of the hotel and applicable time of year. There are several steps to determine maximum allowable meal charges. Step 1: Go to http://www.gsa.gov/portal/category/100120 Step 2: Identify the correct location of your facility. Step 3: Go to the last column on the right to determine the Meals and incidental Expense Rate. Step 4: Go to http://www.gsa.gov/portal/content/101518. Step 5: Identify the corresponding M&IE rate column. Step 6: Locate the breakdown on breakfast/lunch/dinner. The following provisions are included for the purposes of this combined synopsis/solicitation: 52.212-1-- Instructions to Offerors -- Commercial Items; Evaluation in accordance with FAR 13.106-1 based on price and acceptability of venue. The Contracting Officer may determine award based on lowest price, technically acceptable, where the venue acceptability may be judged by site visit, customer survey and/or any other means; 52.212-2---Evaluation Commercial Items; 52.212-3 Alt---Offeror Representations and Certifications Commercial Items; 52.219-1 Small Business Program Representations; 52.222-22 Previous Contracts and Compliance Reports, 52.233-2---Service of Protest; 52.252-1-Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil). Representations and Certifications: 52.212-3-- Offeror Representations and Certifications -- Commercial Items ALT I.-252.212-7000--- Offeror Representations and Certifications--Commercial Items; 252.209-7001---Disclosure of Ownership or Control by the Government of a Terrorist country; The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.204-7-Central Contractor Registration; 52.212-4 -- Contract Terms and Conditions-Commercial Items; 52.212-5-- Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dev.); 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28--Post Award Small Business Program Representative; 52.222-3-Convict Labor; 52.222-19-Child Labor-Cooperation with Authorities and Remedies; 52.222-21-Prohibition of Segregated Facilities; 52.222-26-Equal Opportunity; 52.222-35---Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-36-Affirmative Action for Workers with Disabilities; 52.222-37---Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-50---Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13-Restrictions on Certain Foreign Purchases; 52.226-4 Notice of Disaster or Emergency Area Set-Aside; 52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area; 52.232-33-Payment by Electronic Funds Transfer-Central Contractor Registration; 52.223-6 Drug-Free Workplace; 52.233-1 Disputes; 52.233-1 Alt I Disputes; 52.233-3-Protest After award; 52.233-4-Applicable Law for Breach of Contract Claim; 52.243-1 Alt II Changes-Fixed Price; 52.249-1 Termination for the Convenience of the Governmetn (Fixed-Price) (Short Form); 52.252-2--Clauses Incorporated by Reference, http://farsite.hill.af.mil; 252.203-7000---Requirements Relating to Compensation of Former DoD Officials; 252.203-7002--Requirement to Inform Employees of Whistleblower Rights; 252.204-7003-Control of Government Personnel Work Product; 252.204-7004-Alternate A Central Contractor Registration; 252.204-7006 Billing Instructions; 252.212-7001-Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Dev.); 252.232-7003--Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010--Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications Submittal Requirements: Submit the following in order to be considered for award. 1. Pricing of CLINS 0001 through 0005 as outlined on the Statement of Work. (Please follow the CLIN Format). 2. Representations and Certifications, in accordance with FAR 52.212-3 and DFARS 252.212-7000. (If your company information is available through Online Representations and Certifications (ORCA), so indicate in 52.212-3 and return only that portion of the provision). Submit offers in response to this synopsis/solicitation to: susan.faux@ang.af.mil (USPS Mail) 102IW/MSC, 156 Reilly Street - Box 8, Otis ANG Base, MA. 02542-1330; (Delivery Address) 102IW/MSC Building 197, Room 13, Otis ANG Base, MA. 02542-1330. Submit Q&A in writing by email (no later than 13 April, 2011) and all will be posted to FBO. Offer due date 18 April 2011 by 12:00pm Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-1/W912SV-11-T-0009/listing.html)
 
Place of Performance
Address: 102 IW/MSC 156 Reilly Street - Box 8 Otis ANG Base MA
Zip Code: 02542-1330
 
Record
SN02421058-W 20110410/110408235131-aa7dfafed9c8da3facbd17ee8549dc24 (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.