Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2004 FBO #1049
SOLICITATION NOTICE

S -- Catered Meals and Lodging

Notice Date
10/8/2004
 
Notice Type
Solicitation Notice
 
NAICS
722320 — Caterers
 
Contracting Office
USPFO for Michigan, 3111 West Saint Joseph Street, Lansing, MI 48913-5102
 
ZIP Code
48913-5102
 
Solicitation Number
W912JB-05-T-2001
 
Response Due
10/20/2004
 
Archive Date
12/19/2004
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constit utes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation number is W912JB-05-T-2001, and is issued as a Request for Quotation (RFQ). The RFQ incorporates provisions and clauses as those in ef fect through Federal Acquisition Circular Number 2001-25 and Defense Acquisition Circular Number 91-11, 20040930 Edition. This solicitation is 100% set-aside for small business and award will be made based on Best Value to the Government considering requi rements listed below. The North American Industry Classification System (NAICS) code is 721110 with small business standard of $6.0 million or less annual gross revenue. Description of service: Service, nonpersonal, for lodging and catered meals in Gwin n, MI. Lodging is needed one weekend per month (Friday and Saturday nights). Meals are needed one weekend (Friday, Saturday and Sunday) each month starting October 29-31, 2004; Box Meal on Friday night; Breakfast, Lunch and Dinner on Saturday; Breakfast and Box Lunch on Sunday. The number of rooms needed and the number of meals to be served each month will vary. Contractor will be notified at least thirty days in advance of the exact lodging and meal count for the month. Meals must be in accordance of the Michigan National Guard 14-Day Menu (available per email at kari.churchill@mi.ngb.army.mil). Offer to be firm fixed-price. Wage Determination Number 1994-2271 R21 (dated 08/02/2004) rates apply to this solicitation with the Health and Welfare being $2.59 per hour. The following FAR provisions and clauses apply to this solicitation: 52.202-1, Definitions; 52.203-3, Gratuities; 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government; 52.203-12, Limitation on Payments to Influence Certai n Federal Transactions; 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.204-6, Data Universal Numbering System (DUNS) Number; 52.204-7, Central Contractor Registration; 52.209-6, Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.211-16, Variation in Quantity (0%, 0%, each line item); 52.211-17, Delivery of Excess Quantities; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items (Eva luation factors being price, delivery, prior performance and ability to meet Government requirements with each being equally considered in the evaluation process); 52.212-3 Alt I, Offeror Representation and Certifications-Commercial Items Alternate I; 52.2 12-4, Contract Terms and Conditions-Commercial items; 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); 52.217-5, Evaluation of Options; 52.217-9, Option to Extend the Term of the Contract; 52.219-1 Alt I, Small Business Program Representations Alternate I; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations of Subcontracting; 52.222-3, Convict Labor; 52.222-2 1, Prohibition of Segregated Facilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-41, Service Contract Act of 1965, as Amended; 52.222-43, Fair Labor Standards Act and Service Contract Act  Price Adjustmen t (Multiple Year and Option Contracts); 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-16, Sanctioned European Union Country Services; 52.228-5, Insurance  Work on a Government Installation; 52.232-18, Availability of Funds; 52.232-33, Payme nt by Electronic Funds Transfer  Central Contractor Registration; 52.232-36, Payment by Third Party; 52.233-3, Protest After Award; 52.237-2, Protection of Gov ernment Buildings, Equipment, and Vegetation; 52.242-13, Bankruptcy; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions Incorporated By Reference; 52.252-2, Clauses Incorporated By Reference; 52.252-6, Authorized Deviations in Clauses. The f ollowing Defense Federal Acquisition Regulations Supplement (DFARS) clauses apply to this solicitation: 252.204-7003, Control of Government personnel work product; 252.204-7004 Alt A, Required Central Contractor Registration, Alternate A; 252.209-7004, Su bcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; 252.212-7000, Offeror representations and certifications  Commercial items; 252.212-7001 (Dev), Executive Orders Applicable to Defense Acquisitions of Commercia l Items (Deviation); 252.217-7019 Alt I, Sanitary Conditions  Alternate I; 252.223-7006, Prohibition on storage and disposal of toxic and hazardous materials; 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7001, Buy Americ an Act and Balance of Payments; 252.226-7001, Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Hawaiian Small Business Concerns; 252.243-7001, Pricing of Contract Modifications. Copy of provisions and clauses are available on the Internet at http://www.arnet.gov/far. Qualifying offers will meet the stated specifications and be accompanied by completed provisions 52.212-3 and 252.225-7000; be registered with the Central Contracting Registry (CCR) http://www.ccr.gov; must be cap able of receiving payment via Electronic Funds Transfer (EFT) or VISA Credit Card; and provide three (3) customer references with business name, point of contact with telephone number. Failure to provide this information can render your offer non-responsi ve and therefore not considered for award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and offers the best value to the Government. The contract period is estim ated to be from 21 October 2004 through 30 September 2005 plus four option years that will be exercised one year at a time. Required information and completed offer to include the cost per double occupancy hotel room and individual meal (box meal, breakfa st, lunch and dinner) may be faxed to 517-483-5900 or mailed to USPFO FOR MICHIGAN, Purchasing & Contracting, Attn: Kari Churchill, 3111 W. St. Joseph Street, Lansing, MI 48913-5102. Offer must be received not later than Noon, local time, 20 October 2004 . All responsible sources may submit an offer, which shall be considered by the agency. Questions may be addressed to Kari Churchill at kari.churchill@mi.ngb.army.mil or Gay Mullen at gay.mullen@mi.ngb.army.mil.
 
Place of Performance
Address: USPFO for Michigan 3111 West Saint Joseph Street, Lansing MI
Zip Code: 48913-5102
Country: US
 
Record
SN00691955-W 20041010/041009085010 (fbodaily.com)
 
Source
FedBizOpps.gov 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.