SOLICITATION NOTICE
X -- IA ARNG Yellow Ribbon Event Venue for 1133 TC
- Notice Date
- 7/27/2022 5:10:36 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- W7M8 USPFO ACTIVITY IA ARNG JOHNSTON IA 50131-1824 USA
- ZIP Code
- 50131-1824
- Solicitation Number
- W912LP-22-Q-4514
- Response Due
- 8/8/2022 9:00:00 AM
- Archive Date
- 08/23/2022
- Point of Contact
- Kelsey Letcher, Phone: 5152524508, Fax: 5152524617, Vicky L. Williams, Phone: 5152524616
- E-Mail Address
-
kelsey.l.letcher.civ@army.mil, vicky.l.williams10.civ@army.mil
(kelsey.l.letcher.civ@army.mil, vicky.l.williams10.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 services 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.� This solicitation, W912LP-21-Q-4514, is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-06, effective 05/26/2022. This acquisition is 100% Small Business set-aside in accordance with the Federal Acquisition Regulation (FAR) Part 19.502-2 (b). NAICS code 721110 � Hotels (except Casino Hotels) and Motels, with a small business size standard of $35.0 million, is applicable to this acquisition. Basis for award is price. The Government intends to award to the offeror whose offer, conforming to the requirements of this solicitation, represents the lowest total price to the Government. The following commercial services are requested in this solicitation: Contractor shall provide lodging rooms, meeting spaces, and meals in accordance with the Performance Work Statement (PWS).� The event venue(s) shall be located within a 20-mile radius of 7105 NW 70th Ave., Johnston, IA 50131.� Period of Performance: 8-9 September 2022. Contract line item numbers (CLINs) and quantities are as follows CLIN 0001: Sleeping Rooms/Lodging, Quantity/Unit of Issue: 90 Each (Each = room night) CLIN 0002: Registration Area, Quantity/Unit of Issue: 1 Each CLIN 0003: Resource Area, Quantity/Unit of Issue: 1 Each CLIN 0004: General Session Room, Quantity/Unit of Issue: 1 Each CLIN 0005: Breakout Rooms, Quantity/Unit of Issue: 2 Each CLIN 0006: Child & Youth Room, Quantity/Unit of Issue: 1 Each CLIN 0007: Childcare Room, Quantity/Unit of Issue: 1 Each CLIN 0008: Beverages: 1 Day CLIN 0009: Lunch, Quantity/Unit of Issue: 241 Each CLIN 0010: Children�s Lunch, Quantity/Unit of Issue: 20 Each CLIN 0011: Parking Passes (if applicable), Quantity/Unit of Issue: 350 Each Lodging prices shall be firm fixed price (FFP) and inclusive of room rental and applicable service fees. The Government is exempt from Iowa Sales Tax and Hotel/Motel Tax. Meeting room space shall be firm fixed price (FFP) and inclusive of audiovisual equipment, room rental and applicable service fees.� Meal prices shall be FFP and inclusive of food, beverages, and applicable services fees.� See Attachment 2 for FAR and DFARS provisions and clauses that are applicable to this acquisition. The full text of all provisions and clauses can be viewed at www.acquisition.gov. Offer Submission Requirements. Offeror shall complete and submit Attachment 3, Contractor Information and Pricing Table, as their official offer. This document shall be submitted even if the offeror also provides an offer on their own letterhead or offer form. Offeror shall provide a narrative description and diagram of all proposed meeting spaces, to include furniture layout, room dimensions and maximum capacity for each room. Narrative shall be in adequate detail for the Government to determine if the proposed venue�s rooms/spaces, furnishings, equipment and support meet the requirements as stated in the PWS. Offeror shall provide sample menus for lunch meals in sufficient detail for the Government to determine whether proposed meals meet the requirements as stated in the PWS. Failure to provide all required information may render the offer non-compliant and it may not be considered for award. Offers are due at 11:00 a.m. local (central) time on Monday, 8 Aug 2022. Offers shall be submitted via email to kelsey.l.letcher.civ@army.mil and vicky.l.williams10.civ@army.mil.�Facsimile offers will not be accepted. Questions regarding this solicitation shall be submitted to the same email addresses provided for offers. Verbal questions will not be accepted. All questions and their answers will be recorded on a consolidated Question and Answer document and posted to Contract Opportunities on a non-attribution basis. Offerors shall monitor Contract Opportunities frequently for updated Question and Answer documents, as no other notifications will be provided. Attachments: 1 � Performance Work Statement 2 � Provisions and Clauses 3 � Contractor Information and Pricing Schedule
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/364f070d3a6b4a1c8386614c8a432930/view)
- Place of Performance
- Address: Des Moines, IA, USA
- Country: USA
- Country: USA
- Record
- SN06403576-F 20220729/220727230114 (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 |