Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2009 FBO #2659
SOLICITATION NOTICE

V -- Lodging and Conference Space Requirements for the Annual Volunteer Recognition Workshop - Response to Questions

Notice Date
3/6/2009
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Virginia, Building 316, Fort Pickett, Blackstone, Virginia, 23824-6316
 
ZIP Code
23824-6316
 
Solicitation Number
W912LQ-09-T-0010
 
Archive Date
4/27/2009
 
Point of Contact
Rebecca L. Fowler,, Phone: 4342986206
 
E-Mail Address
rebecca.fowler@us.army.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Questions and Answers 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. The Request for Proposal number is W912LQ-09-T-0010. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30 effective February, 17, 2009. This procurement is 100% set aside for small business concerns under the NAICS 721110 with a small business size standard of $7M. The Virginia Army National Guard’s Family Programs will conduct an Annual Volunteer Recognition Workshop May 29-30, 2009. The areas of consideration to hold the workshop is Suffolk, VA, Portsmouth, VA, Chesapeake, VA, Norfolk, VA and Virginia, Beach, VA. A pricing schedule identifying quantities of services needed is attached to this synopsis and must be completed and returned with your proposal. All quantities are estimated. Unit prices shall be inclusive of all applicable service fees. A statement of work (SOW) is attached to this synopsis and is hereby made a part of this solicitation and will be made a part of any resulting award. The following provisions and clauses are applicable to this acquisition: FAR Provisions 52.212-1, 52.212-3, and 52.252-1; FAR Clauses 52.212-4, 52.212-5, 52.252-2 and DFARS Clauses 252.204-7003 and 252.212-7001. FAR provision 52.212-3 shall be completed and returned with your offer. If your company information is available through Online Representations and Certifications (ORCA) so indicate in 52.212-3 and return only that portion of the provision. FAR Provision 52.212-1 is amended as follows: Delete paragraphs (d) Product Samples and (h) Multiple Awards. FAR Provision 52.252-1 and FAR Clause 52.252-2: full text language of provisions and clauses incorporated by reference can be located at https://akss.dau.mil/default.aspx or http://farsite.hill.af.mil. FAR clause 52.212-4 is amended as follows: paragraph (g) (1) change requirement for three copies of invoices to 1 copy of invoices and add after paragraph (g) (2) the following: Invoices are to be submitted electronically to wawfvauspfo@ng.army.mil. Questions regarding payment status or delinquent payments are to be addressed to the Voucher Examiner at 434-298-6186 or 434-298-6266; Delete paragraphs (h) Patent indemnity, (j) Risk of loss, and (n) Title. The following clauses included in 52.212-5 are applicable: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13, 52.232-33, and 52.232-36. In addition, clauses, 52.222-41, 52.222-42, and 52.222-44 or 52.222-53, included in 52.212-5 may be deemed applicable pending contractor’s response to paragraph (k)(2) in FAR Provision 52.212-3. The following clauses included in 252.212-7001 are applicable: 252.225-7001 and 252.247-7023 Alt III. The service contract wage determination applicable for the location of the proposed hotel facility will be made a part of any resulting award if FAR clause 52.222-41 is determined to be applicable. Each offer shall indicate if credit card (VISA) is an acceptable form of payment. Award will be made to the lowest priced offer determined to be technically acceptable. To be determined technically acceptable, the following minimum requirements must be met: (1) The proposal must provide for all services, lodging, meals, conference space, support equipment and furnishings. (2) Hotel must have on-site parking or if off-site parking, hotel must provide valet services. (3) Hotel must have at least one full service restaurant on site or have a full service restaurant located within three blocks of the hotel. (4) Hotel must be located in Suffolk, VA, Portsmouth, VA, Chesapeake, VA, Norfolk, VA or Virginia, Beach, VA. In order to determine if minimum requirement (1) can be met, all services requested must either be priced or annotated as provided at no additional cost and a conference space accommodations chart must accompany the proposal (or a web link provided where information can be obtained). For minimum requirements (2) & (3), offeror must provide a fact sheet which addresses each minimum requirement. If this information is available on-line, a website address can be provided in lieu of the fact sheet. The physical location of the proposed hotel facility must be provided in order that a determination can be made as if minimum requirement (4) can be met. Pricing shall be provided on attached pricing worksheet. For purposes of price evaluation, if there is a mathematical error in which the unit price multiplied by the quantity does not equal the extended total, the unit price will prevail and be used for evaluation and award purposes. Paragraph (e) of FAR Provision 52.212-1 encourages offerors to present alternative terms and conditions for satisfying the requirements of this solicitation. Should any term or condition (i.e. number of hours prior to event attendee may cancel reservation, etc.) be altered, offeror must clearly annotate the alteration in the proposal. The government may or may not accept the alternative term or condition. Such determination will be made based on if it is in the government’s best interest to accept the proposed alternative. As such, if the offeror can not accept a purchase order without the alternative, do not submit an offer. In anticipation of questions regarding if the government per diem rate is required, the following response is provided. The solicitation is being issued on a competitive basis. The rate utilized for purposes of award will be the rates proposed by the offeror determined to offer the lowest technically acceptable offer. As stated in paragraph (g) of Federal Acquisition Regulation (FAR) Provision 52.212-1, included in this solicitation, “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….”All questions shall be submitted in writing and received prior to the time and date scheduled for receipt of proposals. Questions can be sent via email, rebecca.fowler@us.army.mil or fax (434) 298-6202. Proposals are due not later than 5:30 pm ET, Friday, March 27, 2009. Proposals may be faxed to 434-292-6202, Attn: Becky Fowler, emailed to rebecca.fowler@us.army.mil or mailed to USPFO-AQS, Bldg 316 Fort Pickett, Attn: Becky Fowler, Blackstone, VA 23824.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=000bbb7d3955d6db6c1687ee0d4e4184&tab=core&_cview=1)
 
Place of Performance
Address: Exact location to be determined., United States
 
Record
SN01763569-W 20090308/090306220830-000bbb7d3955d6db6c1687ee0d4e4184 (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.