SOLICITATION NOTICE
V -- Yellow Ribbon Billings Event
- Notice Date
- 4/10/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
- ZIP Code
- 59604-4789
- Solicitation Number
- W9124V-13-T-0014
- Response Due
- 4/24/2013
- Archive Date
- 6/9/2013
- Point of Contact
- David Kilbourne, 406 324 3404
- E-Mail Address
-
USPFO for Montana
(david.kilbourne@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. MONTANA ARMY NATIONAL GUARD W9124V-13-T-0014 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is a SBA Small Business Set Aside. The vendor must state in their quotation their business size for this procurement. The NAICS Code is 721110 with a size standard of $7.0 Million. USPFO Montana has a Firm Fixed Price requirement for a vendor to provide a weekend-long conference for approximately 710 people. The location of this event will take place in the Billings Montana area with a distance not to exceed 15 miles. STATEMENT OF WORK EVENT DATES: June 14th - June 16th 2013 1:HOTEL REQUIREMENTS: 1.1 Must have full service facilities, to include dining and catering capabilities. 1.2 Required amenities: laundry facilities, gym, pool, internet access availability (wired or wireless) hotel restaurant available, family friendly environment, game room. 1.3 Desirable amenities: gift shop, evening entertainment. 1.4 Must be located so as to allow easy access walking/short driving distance to local attractions or free shuttle service provided. 1.5 All tables i.e. registration and vendor display tables shall be inclusive. 1.6 Hotel will not be undergoing renovations during conference dates. 1.7 Must provide quote to contracting officer with detailed breakdown: noting all costs for lodging, food for each meal (cost by individual), audio visual charges and meeting room fees, etc. 2:METHOD OF PAYMENT. 2.1 Government Purchase Order, Wide Area Workflow Electronic Payment, direct deposit. 2.2 Modifications to contract will be accepted to update final cost based on all adjustments made to number of rooms, meals, audio visual charges, and all other fees. 2.3 A detailed breakdown of billed event costs will be provided to the Yellow Ribbon office post event. 3:YELLOW RIBBON REQUIRED HOTEL SERVICES: 3.1 Hotel Rooms will be needed for all participants. 3.2 One Hundred Forty Five (145) rooms estimated for Friday night, preferably double queen. 3.3 One Hundred Eighty Five (185) rooms estimated for Saturday night, preferably double queen. 3.4 Accommodations available for physically handicapped if needed. 3.5 Requested Check in / checkout times: 3.5.1 Friday 3:00pm check-in for those staying two nights 3.5.2 Saturday Noon check-in for those staying one night 3.5.3 Sunday 1:00pm check-out for all 3.6 Hotel rooming list will be supplied no later than one (1) week prior to event with final list furnished no later than three (3) days prior to the event 4:CONFERENCE ROOMS AND AUDIO VISUAL 4.1 For Friday night, access to conference room for pre event setup/storage is requested but not required. 4.2 This conference room should be the one used for meeting purposes for adults attending the event for the remainder of the weekend. 4.3 Sign in / Registration area located in visible area near conference space which will require three (3) tables with no linen 4.4 The following will be required for Conference Rooms Saturday and Sunday 4.4.1 Two (2) Large Conference rooms aPodium/lectern with handheld microphone bAudio support package with fixed or portable screen to show power point slides/video. The ability to connect audio from a laptop through hotel audio system is needed. Yellow Ribbon will provide laptops and projectors. cTwo (2) support tables for additional materials inside each Conference Room dHalf rounds seating six (6) each table is needed in each room. One (1) conference room will need to seat aprox. three hundred fifty (350) and the other two hundred sixty (260) 4.4.2 Four (4) Smaller Conference rooms aPodium/lectern with handheld microphone bAudio support package with fixed or portable screen to show power point slides/video. The ability to connect audio from a laptop through hotel audio system is needed. Yellow Ribbon will provide laptops and projectors. cEach of these conference rooms will need to seat a minimum of one hundred twenty (120) preferably in classroom style seating. 4.4.3 Four (4) Conference Rooms for child / youth care aThese rooms should be near each other bThree tables with seating per room (used for activities and meals) in each room. cTwo (2) of the rooms will require all plug ins be covered dRooms should be located near restrooms 4.4.4 Two (2) small conference or boardrooms aSeating for a minimum of 8-10 individuals required bOne table minimum cRoom must not be located near outside noise 4.4.5 Vendor Networking Space aSpace for thirty (30) estimated vendor tables bTables will not need linen, this will be provided by the vendor or the Yellow Ribbon Program cEach table will require 1 chair 4.4.6 Award Ceremony Space aA conference space will be required for Sunday afternoon until approximately 4:00 p.m. bThis space will need to seat hundred fifty (650) estimated individuals cThe setup for this will be theatre seating dThis space can be one or a combination of the other conference rooms as long as reset times for the room do not interfere with the event schedule 5:FOOD SERVICES/CATERING 5.1 The following meals will be required 5.1.1 Adult Lunch on Saturday 15 June - serving time TBD aBuffett Style meal in or near the large conference room bMeal price should include beverages and dessert cAdult Lunch meal count is estimated at six hundred fifty (650) dMeal will be split between two (2) large conference rooms 5.1.2 Children's (ages 0-5) Lunch on Saturday 15 June- serving time TBD aChild friendly food required bMeal price should include beverages and dessert cChildren's Lunch meal count is estimated at sixty (60) 5.1.3 Breakfast on Sunday 16 June - serving time TBD aBreakfast meal included in cost of lodging is acceptable. bIf breakfast is not included, buffet style meal will need to be set in or near the large conference room cMeal should include hot and cold breakfast items dBreakfast meal count is estimated at six hundred fifty (650) eMeal will be split between two (2) large conference rooms fVoucher or meal included in stay acceptable 5.1.4 Lunch on Sunday 16 June 2013 aBuffett style meal in or near each large conference room bMeal price should include beverages and dessert cLunch meal count is estimated at six hundred fifty (650) dThis meal will include adults, youth and children 5.2 Total number of attendees estimated for the event is six hundred fifty (650) adults, forty (40) youth (ages 6-17) and forty (40) children. Final numbers will be provided no later than 72 hours prior with a tentative count provided ten (10) business days before the event. 5.3 Gratuity is not authorized to be paid as a separate cost from the meal price 6:MENU 6.1 Hotel should provide menu with estimated cost that takes into consideration the following factors: nutrition, suitability for mixed population of adults, and ability to respond to special dietary requirements. A variety of hot and cold drinks should be offered with each meal 6.2 Water should be available in the conference rooms at all times when in use 7:ADDITIONAL REQUIREMENTS 7.1 All parking fees shall be inclusive in rate of room 7.2 Group rate for lodging is requested to be available to attendees two (2) days before and after event if they choose to extend their stay 7.3 The attendee /traveler/ service member who reserves a room for the event will be responsible for all incidental expenses, room service, telephone calls, movie and game rentals, restaurant invoices, etc. These costs will be the sole responsibility of the individual attendee, and shall be billed to the individual's personal credit card account provided during check-in 7.4 Rooms for facilitators and support staff will be available at the per diem rate and will be paid for by their government or personal credit card. These rooms will not be included in the master bill. 8:TOUR OF SITE AND EVENT COORDINATION 8.1 A site/event planning visit will be conducted at a date to be determined. Instructions to Offerors Offerors shall provide a firm, fixed price for the following five (5) items only. Pricing for these five items will be used to establish price reasonableness and perform price analysis in accordance with the evaluation criteria established in 52.212-2. CLINDESCRIPTIONQUANTITY Total 0001Lodging double queen 330 Rooms _______ 0002Breakout Rooms/ Meeting Space 10 Rooms _______ 0003Saturday Lunch710 meals _______ 0004Sunday Breakfast710 meals ________ 0005Sunday Lunch 710 meals _______ TotalLUMP SUM ______________ Award will be made with one lump sum CLIN consisting of the total offered price. 52.212-1 Instructions to Offerors -- Commercial Items (Feb 2012) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office or email specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) quote mark Remit to quote mark address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is quote mark late quote mark and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section Suite 8100 470 L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925) Facsimile (202 619-8978). (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites-- (i) ASSIST ( http://assist.daps.dla.mil ). (ii) Quick Search (http://assist.daps.dla.mil/quicksearch/ ) (iii) ASSISTdocs.com ( http://assistdocs.com ). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard ( http://assist.daps.dla.mil/wizard ); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation quote mark DUNS quote mark or quote mark DUNS+4 quote mark followed by the DUNS or DUNS+4 number that identifies the offeror's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the CCR database accessed through https://www.acquisition.gov or by calling 1-888-227-2423 or 269-961-5757. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. 52.212-2, Evaluation-- Commercial Items (January 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Technical Acceptability. If services from offerors are found to be technically equivalent, price will be the determining factor. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition: 52.204-7 Central Contract Registration FEB 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FEB 2012 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.212-1 Instructions to Offerors - Commercial item JUN 2008 52.212-2 Evaluation - Commercial Items (Jan 1999) 52.212-3 ALT I Offeror Representations and Certifications--Commercial Items APR 2011 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) MAR 2012 52.219-1 Small Business Program Representations (APR 2012) - Alternate I (APR 2011) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns JAN 2011 52.219-6 Notice of Total Small Business Set-Aside NOV 2011 52.219-28 Post-Award Small Business Program Representation APR 2009 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor - Cooperation with Authorities and Remedies FEB 2008 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 JUN 1998 52.222-50 Combating Trafficking in Persons AUG 2007 52.223-5 Pollution Prevention and Right to Know Information MAY 2011 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Diving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.228-5 Insurance-Work on a Government Installation JAN 1997 52.232-18 Availability of Funds APR 1984 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-2 Service of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection of Government Buildings, Equipment and Vegetation OCT 1995 52.252-2 Clauses Incorporated by Reference FEB 1998 252.201-7000 Contracting Officer's Representative AUG 1992 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Whistleblower Rights 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2997 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 252.223-7006 252.225-7001 Buy American Act-Balance of Payments Program Certificate JUN 2005 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7002 Requests for Equitable Adjustment MAR 1998 You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. Offers may be submitted electronically by email to david.kilbourne@us.army.mil or by hard copy to the USPFO for Montana, ATTN: 2LT David Kilbourne, Purchasing and Contracting, 1956 Mt Majo Street, Post Office Box 4789, Fort Harrison, Montana 59636-4789, Facsimile offers will not be accepted. All offers must be submitted NO LATER THAN 24 April 2012 by 1:00 P.M. Mountain Standard Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24/W9124V-13-T-0014/listing.html)
- Place of Performance
- Address: USPFO for Montana P.O. Box 4789, Helena MT
- Zip Code: 59604-4789
- Zip Code: 59604-4789
- Record
- SN03032979-W 20130412/130410234329-e2e3628c20f4d1c3c0c759288a1962de (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 |