Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 05, 2022 SAM #7400
SOLICITATION NOTICE

V -- NHARNG 169TH AVN Yellow Ribbon Event

Notice Date
3/3/2022 1:15:53 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W7NN USPFO ACTIVITY NH ARNG CONCORD NH 03301-5607 USA
 
ZIP Code
03301-5607
 
Solicitation Number
W912TF22Q0019
 
Response Due
3/8/2022 1:00:00 PM
 
Archive Date
03/23/2022
 
Point of Contact
Matthew Lapointe, Phone: 603-225-1220, Scott Ballweg, Phone: 603-715-3670
 
E-Mail Address
matthew.r.lapointe.civ@army.mil, scott.l.ballweg.civ@army.mil
(matthew.r.lapointe.civ@army.mil, scott.l.ballweg.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 is W912TF-22-Q-0019, and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 Hotels (except casinos) and Motels, a small business size standard of $35.0M.� This requirement is 100% set-aside for small business, and only qualified vendors may submit quotes. The solicitation will start on the date this solicitation is posted and will end on 8 March 2022 at 4:00PM Eastern Time. Free On Board (FOB) Destination shall be required to 1 Minuteman Way Concord, NH 03301. The Government contemplates award of a Firm-Fixed Price (FFP) contract. The New Hampshire Army National Guard is seeking lodging and conference space for Soldiers who recently returned from deployment and their families from 14 � 15 May 2022.� Please see the attached Performance Work Statement (PWS) for a complete description of this requirement.� The Government requests that all facilities be located within 20 miles of North Conway, NH; or, within 20 miles of Portsmouth, NH as a secondary preference.� This is a combined synopsis/solicitation and an SF1449 will not be issued.� CLIN 0001:� Event Attendee Lodging (QTY = 1 JOB) The contractor shall provide thirty six (36) guest rooms for event attendees between for overnight stay between 14 and 15 May 2022 IAW para 5.4 of the PWS CLIN 0002:� Registration Area with Furniture and Amenities (QTY = 1 JOB) The contractor shall ensure a registration area is in the immediate vicinity of the conference/function space (CLIN 0004) and that it is furnished with all furniture and amenities as described in paragraphs 5.1, 5.1.1, and 5.1.2 of the PWS.� CLIN 0003:� Conference/Function Room Space (QTY= 1 JOB)� The contractor shall provide two conference/function rooms, in the immediate vicinity of the registration area on 14 � 15 May 2022 as described in paragraphs 5.2, 5.2.1, and 5.2.2 of the PWS. CLIN 0004:� Audio Visual Equipment for Conference/Function Room #1 (QTY= 1 JOB) The contractor shall provide audio visual equipment to include projectors, projection screens, land-line internet connections, and a speaker system as described in para 5.2.1 of the PWS.� CLIN 0005:� Meals (QTY= 1 JOB) The contractor shall provide buffet-style breakfast, lunch, and dinner meals for sixty (60) adults and ten (10) children on 14 � 15 May 2022 as described in paragraphs 5.3, 5.3.1, 5.3.3, 5.3.4, 5.3.5, and 5.3.6 of the PWS. CLIN 0006:� Parking (QTY= 1 JOB) The contractor shall ensure that at least sixty five parking spaces be available for the duration of the event (14 � 15 May 2022) Interested parties should see below �Instructions to Offers� for details on how to submit your quotes Interested parties should also see below �Evaluation factors� for a description on how the Government intends to evaluate your quotes (IAW FAR 52.212-2) Quotes must be valid for sixty (60) days.� All technical or contractual questions shall be submitted in writing via e-mail no later than 12:00 noon EST on 1 March 2022 to Matthew Lapointe at matthew.r.lapointe.civ@army.mil Telephone inquiries will not be accepted. If the Government responses to technical questions affect the Statement of Work requirements or any other portion of the solicitation, then an Amendment of Solicitation will be issued. The subject of your email must include your company's legal name, state the nature of your email and include the Solicitation Number W912TF22Q0019. For example, the subject of your email should be similar to the following: Quote Submission by Company XXXXX, Solicitation Number W912TF22Q0019 Company XXXXX Question Regarding Solicitation Number W912TF22Q0019. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of award. In order to be considered for award, interested offerors must provide, along with their quotes, the representations and certifications regarding certain telecommunication and video surveillance equipment or services as follows: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019) 52.204-25 Prohibition on Contracting for Certain Telecommunications Video Surveillance Services or Equipment (Aug 2019) 52.204-26 Covered Telecommunications Equipment or Services-Representation (Dec 2019) See the �Provisions & Clauses� attachment for a complete list of provisions & clauses applicable to this solicitation 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (NOV 2021)�� 52.212-1(b) -� (b) Submission of offers. Submit signed and dated offers to the office 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) ""Remit to"" address, if different than mailing address; (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (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) 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.� (12)� Completed copy of the �pricing sheet� attached to the RFQ in sufficient detail to ascertain unit and extended pricing on all CLINS.� Pricing sheets shall be signed and dated by an authorized company representative.� 52.212-2 EVALUATION- COMMERCIAL ITEMS (NOV 2021) 52.212-2(a) 1. Price � � a. All CLIN and Sub-Clins are individually priced � � b. All prices are reasonable 2. Technical � � � a. All CLIN and sub-CLINs meet or exceed the Governments solicitation 3. Past Performance � � � a. evaluation of quoters past performance history in FAPIIS � � � b. Add additional Past performance requirements as needed Technical Capability is equal to Price�� ������������������������� � � � �(i) technical capability of the item offered to meet the Government requirement; � � � �(ii) price; � � � �(iii) past performance (see FAR 15.304); *See FAR 52.212-2 in the �provisions & clauses� attachment for a complete description of the evaluation factors listed above.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/60b500ec4482416798350dcabc9beb45/view)
 
Place of Performance
Address: Concord, NH 03301, USA
Zip Code: 03301
Country: USA
 
Record
SN06256319-F 20220305/220303230108 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.