SOLICITATION NOTICE
V -- PRESOLICITAION NOTICE ONLY - THE SOLICITATION WILL BE ISSUED ON OR BEFORE 25 JANUARY 2012 for Lodging, conference space, meals and childcare, in the downtown area of Columbus, Ohio. Period of performance is 21-25 Mar 2012
- Notice Date
- 1/19/2012
- Notice Type
- Presolicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- MICC - Fort McCoy (RC - North), Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
- ZIP Code
- 54656-5153
- Solicitation Number
- W911SA12T0012
- Response Due
- 2/13/2012
- Archive Date
- 4/13/2012
- Point of Contact
- Shannon Wamsley, 608-388-2198
- E-Mail Address
-
MICC - Fort McCoy (RC - North)
(shannon.g.wamsley.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- PRESOLICITAION NOTICE ONLY - THE SOLICITATION WILL BE ISSUED ON OR BEFORE 25 JANUARY 2012, and can be accessed at www.fbo.gov. Telephone, written or electronic requests for hard copies of the solicitation will be discouraged. Parties interested in the solicitation should access www.fbo.gov for issuance of the solicitation, associated documents and solicitation amendments. Contractors will not be directly notified of solicitation amendments. The MICC ICO - Fort McCoy in Fort McCoy, Wisconsin intends to procure lodging, conference space, meals and childcare, for the dates and in the quantities as listed below in the downtown area of Columbus, Ohio. Period of performance is 21 March 2012 to 25 March 2012. The solicitation for commercial items will be prepared in accordance with the format in Subpart 12.6, as applicable, and as supplemented with additional information included in the solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-55. The associated North American Industrial Classification System (NAICS) code for this procurement is [721110] with a small business size standard of [$30.M.] This requirement is set aside as UNRESTRICTED; qualified offerors may submit quotes. Only qualified offerors registered in CCR and ORCA under this NAICS Code will be considered for this RFQ. In accordance with 52.212-2, Evaluation--Commercial Items - The Government will award a Firm Fixed Price (FFP) 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. The following factors shall be used to evaluate offers: (i) technical (ii) price See Information for Evaluation within the solicitation for more information. Venue shall provide supporting literature or documentation for their accommodations. Venue shall have meeting space for multiple simultaneous briefings; conference space (Ballroom) shall be free of pillars or obstructions. All meeting and sleeping rooms shall be under the same roof. The hotel facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12101 et. Seq.). Additionally, the set up for conference, Breakout and Dining rooms shall comply with the Americans with Disability Act (ADA) for ease of mobility. There shall not be any hampered movements in aisle, walkways, and other egresses for equipment such as walkers, wheelchairs and etc. The government is not responsible for room service charges, long distance phone charges, internet service charges, or movie rental charges. The government will only pay for rooms actually used. Government per Diem will be adhered to for rooms provided by the contractor. http://www.defensetravel.dod.mil/site/perdiem.cfm THE FEDERAL GOVERNMENT IS TAX EXEMPT. The final quoted price(s), both total and individual, MUST include all applicable taxes, fees, gratuities, commissions, service charges, etc...NO EXCEPTIONS. In accordance with the Hotel and Motel Fire Safety Act of 1990, Public Law 101-391, conferences, seminars, and other meetings, must be held at facilities with fire-safe approved accommodations. Approved accommodation is defined as any place of public lodging that is listed on the national master list of approved accommodations. The national master list of all approved accommodations is compiled, periodically updated, and published in the Federal Register by FEMA. Additionally, the approved accommodation list is available on the U.S. Fire Administration's Internet site at http://www.usfa.fema.gov/hotel/index.htm. The approved accommodation for this requirement shall be listed on this site and will be validated as such prior to award. Interested parties are under no obligation to submit quotes through any third party. All parties may submit directly to the location identified above. This contracting office is not using the services of a third party to solicit quotes for this requirement. Quotes shall be submitted as instructed below. Third parties submitting a quote shall include a fully executed sub-contracting agreement for the proposed property/properties. The agreement shall be on official hotel letterhead and include information which identifies the responsibilities of each entity. The agreement shall demonstrate the existence of a relationship between firms and their agreement to provide the services required under this acquisition. The agreement shall include both the signature of the third party and the authorized representative of the property. Failure to submit this documentation shall result in the offeror being determined non-responsive. ALL DISCOURSE CONCERNING THIS SOLICITATION AND ITS REQUIREMENT SHALL BE DIRECTED TO THE FORT MCCOY CONTRACTING OFFICE. ANY REMARKS, EXPLANATIONS, ANSWERS PROVIDED BY ANY OTHER GOVERNMENT REPRESENTATIVE SHALL NOT CHANGE OR QUALIFY ANY OF THE TERMS OR CONDITIONS OF THE SOLICITATION OR ANY RESULTANT CONTRACT. THE SOLICITATION SHALL ONLY BE CHANGED BY A WRITTEN AMENDMENT ISSUED BY THE FORT MCCOY CONTRACTING OFFICE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b6eadf5ca310eacde4a9d59b4c77a429)
- Place of Performance
- Address: MICC - Fort McCoy (RC - North) Building 2103, 8th Avenue, Fort McCoy WI
- Zip Code: 54656-5153
- Zip Code: 54656-5153
- Record
- SN02657368-W 20120121/120119234546-b6eadf5ca310eacde4a9d59b4c77a429 (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 |