Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2016 FBO #5214
SOLICITATION NOTICE

X -- Hotel Rooms and Meals Near Denver Co. - Package #1

Notice Date
3/1/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Utah, PO Box 2000, Draper, Utah, 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W911YP-16-T-0017
 
Archive Date
3/31/2016
 
Point of Contact
Dallas Ray Workman, Phone: 8014324607, Carlos M Ledezma, Phone: 8014324094
 
E-Mail Address
dallas.r.workman.civ@mail.mil, carlos.m.ledezma.civ@mail.mil
(dallas.r.workman.civ@mail.mil, carlos.m.ledezma.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Rooms & Meal needed each Day Meal Schedule Sample Meal Description Description(s): 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. 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; quotes are being requested and a written solicitation will not be issued. Solicitation no. W90GWR6048-1200 is being issued as an unrestricted Request for Quotation. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-12. Multiple contracts may be awarded and are subject to availability of funds. SPECIFICATIONS: The USPFO for Utah has an immediate requirement for the following services to be rendered from 19-25 May, 2016 : •1. Lodging and meals for service members will be needed between19-24, May. Two Hundred Forty Seven (247) Four Hundred Eighty Five service members ± 10%. Rooms need to have two (2) beds per room, either queen or double beds preferred, single beds may be considered. Thirty (30) of the double occupancy (queen or double beds) rooms must be located in one hotel for Air National Guard personnel. These service members will pay for their room using ANG per diem. These rooms will be blocked off as part of the contract but not charged to the contract. See the attached room requirements by date. •2. Hotels will preferably be located within 5-10 miles of Buckley Airforce base located at 18500 E 6th Ave, Aurora, CO 80011. If contractor can't find hotels within 5-10 mile radius accommodations within 10-25 miles of Buckley Air Force Base may be considered. Contractor may make arrangements with other lodging providers in order to fulfill the needed rooms. Preferably all hotels will be within ± one mile of each other, preference will be given to bids with all hotels within walking distance of each other. One hotel needs to provide a boardroom from 6:00pm-10pm nightly. The boardroom will be approximately 400 sq. ft. minimum with conference table and chairs. Hotel parking should be able to accommodate 2-3 buses and 25 civilian trucks. •3. The overall contract will provide a minimum of three meals per day to 485 service members (± 10%) in accordance with attached meal schedule. Hotel may make arrangements with a third party to provide the required daily meals served at that hotel or to a group of hotels. The hotel providing the meals will also need to provide a dining area that can accommodate the number of service members staying at their hotel for breakfast and dinner meals. Lunch meals will be box or sack lunches. Box or sack lunches must be ready at breakfast so that service members can pick them up at breakfast to take them with them. Caterer will provide customary condiments, plates, cups, napkins, etc. for each meal along with trash removal after each meal. Paper products are acceptable. Sample menu must be attached with quotes; photos of meals are highly encouraged. Beverages will include an assortment of dairy, fruit or vegetable juice, and electrolyte replacement drinks (Gatorade type). Menu will be a balanced selection of the 6 food groups in relation to the Food Pyramid as outlined by the USDA. Each meal will contain at least 1000 calories available. •4. Service quantities need to be adjustable by ±10% with no less than 12 hours' notice to the contractor. Service times need to be adjustable by ±60 min with no less than 12-hours' notice to the contractor. Menu items must be inspected and contract is awarded upon menu approval by the HRF S4 or 1993 CCT CDR or designated representative. Meal schedule may vary from attached schedule. Meal schedule will be solidified 30 days prior to the event. Any additional changes to time or meal amounts will be submitted a minimum of 48 hours prior to meal. All charges related to this statement of work will be included in contract pricing for food and meals. (Gratuities, parking, Wi-Fi, conference rooms, etc.) If contractors cannot provide meals or a dining area at each contracted hotel, they may consider serving meals at one or two hotel locations central to all hotels in the contract. This will require a dining area capable of feeding 200 Soldiers in one sitting. EVALUATION FACTORS: The contract type for this procurement will be a firm-fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Offeror's capability to provide a quality service that meets the Government's needs; (2) Past performance, caliber of offeror's performance on previous contracts of a similar nature; and (3) Total cost or price. QUOTES: Quotes are due NLT 3:00 pm MST 16 March 2016. Quotes may be e-mailed to: dallas.r.workman.civ@mail.mil or carlos.m.ledezema.civ@mail.mil. Facsimiles will NOT be accepted. All quotes must arrive at the place and by the time specified. Include in your quote the following information, the quotation number, offerors name and address, point of contact (POC), phone number, e-mail address, DUNS number, CAGE CODE, and Tax Identification Number (TIN). Quotes should contain room and meal pricing as separate items, with the total amount listed for each and the total amount of the contract listed in summation. Any service charges should also be listed. Government Per Diem Rates should be taken into consideration. Failure to provide this information with your quote may cause your quote to be considered non-responsive. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract. (1) FAR 52.203-6 Alt 1 - Restrictions on Subcontractor Sales to the Government (2) FAR 52.204-4 Printed or Double Sided on Post Consumer Fiber Content Paper (3) FAR 52.204-7 - Central Contractor Registration (4) FAR 52.212-1 - Instructions to Offerors--Commercial Items (5) FAR 52.212-2 - Evaluation--Commercial Items (6) FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items, with Alternate I (7) FAR 52.212-4 - Contract Terms and Conditions--Commercial Items (8) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (b) FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed Debarment (c) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (d) FAR 52.219-4 (e) FAR 52.219-8 Utilization of Small Business Concerns (f) FAR 52.219-28 Post Award Small Business Program Representation (g) FAR 52.222-3 - Convict Labor (h) FAR 52.222-21 - Prohibition of Segregated Facilities (i) FAR 52.222-26 - Equal Opportunity (j) FAR 52.222-35 - Equal Opportunity for Veterans (k) FAR 52.222-36 - Affirmative Action for Workers with Disabilities (l) FAR 52.222-37 - Employment Reports on Veterans (m) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (n) FAR 52.222-50 - Combating Trafficking in Persons (o) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (p) FAR 52.225-13 - Restrictions on Certain Foreign Purchases (q) FAR 52.232-33 - Payment by Electric Funds Transfer-Central Contractor Registration (r) FAR 52.233-3 - Protest After Award (s) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (9) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (10) FAR 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment (11) FAR 52.222-54 Employment Eligibility Verification FAR 52.232-18 Availability of Funds (12) FAR 52.233-2 Service of Protest (13) FAR 52.252-2 - Clauses Incorporated by Reference (14) DFARS.252.203-7000 - Requirements relating to Compensation of Former DoD Officials (15) DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights (16) DFAR 252.203-7005 - Representation Relating to Compensation of Former DOD Officials (17) DFARS 252.204-7004 - Central Contractor Registration, Alternate A (18) DFARS 252.209-7001 - Disclosure of Ownership or Control by the Government Of a Terrorist Country (19) DFARS 252.212-7000 - Offeror Representations and Certifications - Commercial Items (20) DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 52.203-3 - Gratuities (b) DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (c) DFARS 252.247-7023 - Transportation of Supplies by Sea (21) DFARS 252.215-7007 - Notice of Intent to Re-solicit (22) DFARS 252.215-7008 - Only One Offer (23) DFARS 252.225-7012 - Preference for Certain Domestic Commodities (24) DFARS 252.232-7010 - Levies on Contract Payments (25) DFARS 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel (26) DFARS 252.243-7002 - Requests for Equitable Adjustment ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the System Award Management (SAM) database prior to award. Offerors may obtain information on registration at www.sam.gov Additional Information Link: https://acquisition.army.mil/asfi/synopsis_attach_viewer.cfm?psolicitationnbr=W911YP-13-R-3003&pseqnbr=386355&pnot_type=COMBINE Point of Contact(s): D. Ray Workman, 801-432-4607 dallas.r.workman.civ@mail.mil USPFO for Utah Contracting Office Address: USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000 Place of Contract Performance: USPFO for Utah 12953 South Minuteman Drive Draper UT USA 84020 Allow Vendors To Add/Remove From Interested Vendors: Yes Allow Vendors To View Interested Vendors List: Yes
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W911YP-16-T-0017/listing.html)
 
Place of Performance
Address: Utah National Guard, 12953 So. Minuteman Dr., Draper, Utah, 84020, United States
Zip Code: 84020
 
Record
SN04035701-W 20160303/160301234907-4ff0ea684eccd8e03ca0d454f6def155 (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.