MODIFICATION
V -- PLEASE READ ALL DOCUMENTS ENTIRELY FOR CHANGES. This requirement is for lodging, catering and conference space for the period of 12-14 March 2010 for the New Jersey Army National Guard
- Notice Date
- 1/21/2010
- Notice Type
- Modification/Amendment
- NAICS
- 721120
— Casino Hotels
- 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 an amendment to Request for Quote (RFQ) for lodging, catering and conference space during the period of 12-14 March 2010. This is a Request for Proposal (RFP) and constitutes the only solicitation. This procurement is issued unrestricted under the NAICS codes 721110 and 721120 with a small business size standard of $7M. This is not a solicitation for Event Planning Services. For a proposal submitted by an offeror that is not a hotel, the offeror must describe in its proposal the technical approach for the offerors services as a prime contractor and must also include a copy of all insurance (s) (standard business, liability, extraordinary insurances) in order to submit a complete technical proposal for evaluation purposes. (Again, this is not a solicitation for Event Planning Services. An offer which requires the Government to Execute a separate agreement with a third party shall be deemed technically unacceptable). 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 proposal. Unit prices should be inclusive of all applicable service fees. A Statement of work is attached and is hereby made a part of this RFP 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 offeror determined to be the best value to the government based on the attached Evaluation Criteria. To determine Best Value, all requirements of the Statement of Work must be presented. The following minimum requirements must be met: (1) The quote must provide all services, lodging, conference space, support equipment and furnishings as per Statement of Work. (2) Hotel must have on-site parking for 320. The hotel proposed must include the conference facility. (3) Hotel must be capable of feeding up to 500 persons breakfast, lunch and dinner. (4) Hotel must be located in the area identified above. (5) A completed price sheet must be provided. In order to determine if minimum requirement (1) can be met, all services requested must 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
- Zip Code: 08640
- Record
- SN02046525-W 20100123/100121234957-12f9fa9624c556a655e0fe59c68b1946 (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 |