SOLICITATION NOTICE
V -- Lodging and Conference Requirements for the Virginia Army National Guard (VaARNG)
- Notice Date
- 10/30/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- USPFO for Virginia, Building 316, Fort Pickett, Blackstone, VA 23824-6316
- ZIP Code
- 23824-6316
- Solicitation Number
- W912LQ-10-T-0001
- Response Due
- 11/13/2009
- Archive Date
- 1/12/2010
- Point of Contact
- Rebecca Fowler, 434-298-6206
- E-Mail Address
-
USPFO for Virginia
(rebecca.fowler@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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. The Request for Quote (RFQ) number is W912LQ-10-T-0001. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37, effective October 14, 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 will conduct the Equal Opportunity, Commanders Conference and Appointment Board in the Greater Richmond (Tri-Cities), VA area during the period January 27 - February 2, 2010. A pricing schedule identifying quantities of services needed is attached and must be completed and returned with your quote. All quantities are estimated. Unit prices shall be inclusive of all applicable service fees. A performance work statement (PWS) is attached and is hereby made a part of this RFQ 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 Alt I, 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 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 434-298-6266; 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 contractors 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 quote must provide for all services, lodging, conference space, support equipment and furnishings. NOTE: Quote may allow for conference space to be accommodated at two separate facilities (lodging must be provided in one of the two facilities), provided the two facilities are located no more than 10 miles (15 minute driving time) from one another. (2) Hotel (and conference facility if separate from hotel) must have on-site parking or if off-site parking, hotel (facility) must provide valet services at no cost to the Government attendees. (3) Hotel must have at least one full service restaurant on site capable of feeding all attendees or have a full service restaurant located within three blocks of the hotel. (4) Hotel must be located in the Richmond (Tri-Cities), VA area. (5) Hotel must be FEMA approved. 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 quote. For minimum requirements (2), (3), & (5) offeror must provide a fact sheet which addresses each minimum requirement. Mapquest.com will be used to determine if the facilities are within 10 miles of one another and if proposed facility is inside or outside a 10 mile radius of Mullins Armory, 5901 Beulah Road, Sandston, VA. The physical location of the proposed hotel facility must be provided in order a determination can be made as if minimum requirement (4) can be met. If the information required is available on-line, a website address can be provided in lieu of the fact sheet. 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. In addition, when evaluating price, travel cost between facilities will be calculated; therefore the physical address of all facilities to be utilized must be provided. Travel cost will be calculated based on thirty (30) vehicles traveling at the government mileage rate, $0.55, multiplied by the distance between the facilities as calculated by Mapquest.com. The calculation will also be applied to facilities within a 10 mile radius of Mullins Armory from the contractors facility(ies) to 5901 Beulah Road, Sandston, VA. 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 quote. The government may or may not accept the alternative term or condition. Such determination will be made based on if it is in the governments best interest to accept the proposed alternative. 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 offerors initial offer should contain the offerors 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 quotes. Questions can be sent via email, rebecca.fowler@us.army.mil or fax (434) 298-6202. Quotes are due not later than 5:30 pm ET, Friday, November 13, 2009. Quotes may be faxed to 434-298-6202, Attn: Becky Fowler, or emailed to rebecca.fowler@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ-10-T-0001/listing.html)
- Place of Performance
- Address: To Be Determined TBD TBD VA
- Zip Code: 00000
- Zip Code: 00000
- Record
- SN01995582-W 20091101/091030235541-bb2050b05b8a7946950a89bf3c2551b0 (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 |