Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2010 FBO #2981
SOLICITATION NOTICE

V -- RFQ for lodging, catering and conference space to support the NJARNG Yellow Ribbon Event.

Notice Date
1/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USPFO for New Jersey, 3601 Technology Drive, Room 112, Ft Dix, NJ 08640
 
ZIP Code
08640
 
Solicitation Number
W912KN-10-T-0005
 
Response Due
1/27/2010
 
Archive Date
3/28/2010
 
Point of Contact
Kathy Hines, 609-562-0226
 
E-Mail Address
USPFO for New Jersey
(kathy.m.hines@us.army.mil)
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. 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 notice will not be issued. This is a Request for Quote (RFQ) for lodging, catering and conference space during the period of 12-14 March 2010. This RFQ constitutes the only solicitation. This procurement is issued unrestricted under the NAICS 721110 with a small business size standard of $7M. The New Jersey Army National Guards Family Program will conduct a Yellow Ribbon event on the date specified above. The area of consideration to hold the event is Atlantic City, NJ. A pricing schedule identifying quantities and types of services needed is attached and must be completed and returned with your quote. Unit prices should be inclusive of all applicable service fees. A Statement of work 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: 52.204-7 Central Contractor Registration 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items 52.212-3 Alt I Offeror Representations and Certifications; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.219-28 Post-Award Small Business Program Representation; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52-222-50 Combating Trafficking in Persons; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; 52.232-36 Payment by Third Party; 52.233-3 Protest After award; 52.252-1 Solicitation Provisions incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 252.204-7004 Central Contractor Registration, Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.222-3 Convict Labor; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.232-7010 Levies on Contract Payments; 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 offeror 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 all services, lodging, conference space, support equipment and furnishings. (2) Hotel must have on-site parking for 320 or if off-site parking, hotel must provide valet services. If the conference is being proposed at the same facility as the lodging, parking sufficient for 320 attendees shall be available. If conference is being proposed at a separate location from the lodging facility, the conference facility shall have parking for 320 attendees. (3) Hotel must have at least one full service restaurant on site capable of feeding up to 320 persons or have full service restaurants capable of feeding up to 320 persons located within three blocks of the hotel. Note: There is not a requirement for the restaurant(s) to be capable of feeding all 320 persons at one time. (4) Hotel must be located in the area identified above. 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. 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 bid closing. Question can be sent via email to Kathy.m.hines@us.army.mil or fax to 609-562-0229. Quotes are due not later than 4:30 ET, Wednesday, January 27, 2010. Quotes may be emailed to Kathy.m.hines@us.army.mil or faxed to 609-562-0229, Attn: Kathy Hines.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA28/W912KN-10-T-0005/listing.html)
 
Place of Performance
Address: USPFO for New Jersey 3601 Technology Drive, Room 112, Ft Dix NJ
Zip Code: 08640
 
Record
SN02045399-W 20100122/100120234932-f2715c0e692ad0505ba1c5284ab05d59 (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.