SOLICITATION NOTICE
X -- Yellow Ribbon Event 25 Sept 2011
- Notice Date
- 8/4/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- 177 FW/MSC, 400 Langley Road, Egg Harbor Township, NJ 08234-9500
- ZIP Code
- 08234-9500
- Solicitation Number
- W912KN-YELLOW-RIBBON-SEP
- Response Due
- 8/4/2011
- Archive Date
- 10/3/2011
- Point of Contact
- Jo Ann Ferguson, 609-761-6096
- E-Mail Address
-
177 FW/MSC
(joann.ferguson@ang.af.mil)
- Small Business Set-Aside
- N/A
- 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. Yellow Ribbon Event: 177 Fighter Wing 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. The NAICS code for this acquisition is 721110 with the small business size standard being $7,000,000 or less. This procurement is being issued as unrestricted. Both small and large businesses under the NAICS Code listed below are being solicited resulting in a COMPETITIVELY awarded purchase order contract. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to provide contracted services as set forth below. STATEMENT OF WORK: 1. Event: A Joint Yellow Ribbon Pre-deployment event is scheduled for 25 September 2011 for the returning members of the 177th Fighter Win, their families, and other members of the New Jersey National Guard. This event will be held in the Southern New Jersey area, in or near Atlantic County. 2. Facility: Preference would be at a facility that can provide meeting space and a continental breakfast and hot lunch. The facility needs to be located in Southern New Jersey, in or near Atlantic County, NJ. Estimated total number of Airmen attending and requiring guest rooms would be approximately 60. The cost of the meals must not exceed the government per diem rates for Atlantic County, New Jersey. Parking needs to be included in the cost of the room. Overnight lodging is not required for this event. 3. Conference Room Requirements: The event will require three (3) conference rooms from 0630 through 1600. All rooms shall contain easels and markers. The first conference room needs to be large enough to seat 65 people. The room will be set for banquet seating utilizing the same room for the briefings and the breakfast and lunch. A speaker/sound system with podium and power point projection required. The American Flag needs to be posted in this room. The second conference room should be set for a group breakout with chairs and tables for approximately 25 people with power point projection required. No other requirements for these rooms. The third conference room will be used as a room for the children as on-site child care, which needs to be provided by the facility. Tables and chairs will be required for space for crafts and projects. The room should have an adjoining bathroom and sink or close to the room. In addition the room shall be equipped with a microwave, television with a DVD player, and a small refrigerator. Approximate number of children would be no more than 10. Experienced childcare personnel with background checks and the qualification to work within the State of New Jersey shall be provided by the facility. These individuals will assist with the childcare and childcare programs provided by the 177th National Guard personnel. The number of attendees is approximate at this time and numbers could change as the event date nears. Also required will be 22 tables for vendors while briefings are being held and during breaks. Vendor tables could be inside the large briefing room or outside in the hallways. The hotel will set-up and take down all tables and chairs for events. 4. Meals: This event will require two (2) contracted meals. The first will be a continental breakfast which shall include coffee, juices, water, fresh fruits, Danishes, muffins, and bagels. The second shall be a hot lunch which shall include a "child selection of food" as well as well as the adult selection. Lunch menu shall be included in your quote. No snacks are required for this event. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil or http://www.arnet.gov/far/ ): FAR 52.204-7, Central Contractor Registration; The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR CLAUSE 52.212-1 applies to this acquisition. Paragraphs (d), (e), (h), and (i) are hereby deleted from FAR 52.212-1; FAR 52.212-2 Evaluations- Commercial Items, FAR 52.212-3, Offeror Representatives and Certifications-Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications- Commercial Items apply to this acquisition and offeror(s) must include completed copies with their quote. FAR 52.212-3 and DFAR 252.212-7000 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (Online Representation and Certifications application. The clause at 52.212- 4, Contract Terms and Conditions Commercial Items: The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-6; FAR 52.219-28; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.232-7003, Electronic Submission of Payment Requests; All Contractors that are solicited/or apply must be registered in Central Contractor Registration (CCR) and the Online Representations and Certifications Application (ORCA) web-sites. **Lack of registration in CCR database will make an offeror ineligible for award. ** Your quote MUST list your DUNS number, CAGE code, and Federal TIN with Company name, Point of Contact and phone number. A DUNS (Dun and Bradstreet) number is required in order to register. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov or call 1-888-227-2423. All Contractors not registered in the CCR database prior to proposal submittal will not be considered. All contractors who have not completed their ORCA registration please visit https://orca.bpn.gov/. Contractors must complete their ORCA registration before contract award. All invoices subject to payment by the Defense Accounting and Finance Office shall be submitted through Wide Area Work Flow (WAWF). WAWF is the Government preferred payment method. Vendors/contractors are to be registered in WAWF to receive payment through electronic funds transfer (EFT). If you are not currently registered in WAWF, please visit the following web-site: https://wawf.eb.mil/ to complete your registration In accordance with FAR 52.212-2, the Government will award a contract/purchase order 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. The following evaluation factors shall be used to evaluate offers: Technical (Facility Assessment consisting of cleanliness, security and amenities) and Price. Award will be based on the best value to the Government. Best value is based on the above criteria in the following manner: Technical is and price are equally important. The anticipated award will be a Firm-Fixed Price contract. Offerors must submit quotes on the full quantity identified. Award shall be made to a single offeror. The Contracting Officer reserves the right to make no award under this procedure. Instructions to Contractor: Contract changes are authorized only by the Contracting Officer. Inform any personnel that all changes are to be in accordance with this paragraph. 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 offeror's 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. In addition, a copy of all insurance(s) (standard business, liability, extraordinary insurances) must be submitted with the offeror's technical proposal for evaluation purposes. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable. The requirements and Contract Line Item Numbers (CLINs) for this request for quote are again listed below. ONLY ONE QUOTE PER CONTRACTOR WILL BE CONSIDERED. ALL LATE QUOTES WILL BE REJECTED. NOTE: The final quoted price(s), both total and individual, MUST include all applicable taxes, fees, gratuities, commissions, service charges, etc... **THE FEDERAL GOVERNMENT IS TAX EXEMPT** The contractor is put on notice that the Government will not be held liable for any requirement that is to be paid for by participants or any amounts associated with those items, including any guaranteed minimum purchases that the contractor may require. REQUIRED RESPONSE DATE: Quotes must be received by 23 August 2011 NLT 1000 (10: am) Quotes are to be emailed to 177FW.BCO@ang.af.mil. Contracting Office Address: 177 Fighter Wing 400 Langley Rd Egg Harbor Twp, NJ 08234-9500 POC: Jo Ann Ferguson, MSgt 609-761-6096
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA28-1/W912KN-YELLOW-RIBBON-SEP/listing.html)
- Place of Performance
- Address: 177 FW/MSC 400 Langley Road, Egg Harbor Township NJ
- Zip Code: 08234-9500
- Zip Code: 08234-9500
- Record
- SN02522794-W 20110806/110804235857-dceffa0e541d80b56880c80143cfb3b6 (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 |