Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2010 FBO #3057
SOLICITATION NOTICE

X -- The District of Columbia Army National Guard is coordinating hotel accommodations for the Yellow Ribbon Reintegration for JFHQ-Family Readiness Program held on 21-22 May 2010.

Notice Date
4/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USPFO for DC, 189 Poremba Ct., Anascostia Naval Air Station, Washington, DC 20315-0350
 
ZIP Code
20315-0350
 
Solicitation Number
W912R1-10-T-0004
 
Response Due
4/12/2010
 
Archive Date
6/11/2010
 
Point of Contact
Lionel Johnson, 2026857863
 
E-Mail Address
USPFO for DC
(lionel.johnson2@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; proposals are being requested and a written solicitation will not be issued. This contract will be firm fixed price for hotel accommodations for approximately 130 rooms at or below the government per-diem rate for the Baltimore area. Only those venders in the Airport areas of Baltimore, MD need to respond. The North American Industry Classification System (NAICS) code is 721110. This is a Total Small Business Set-Aside with a small business size standard of $7.0 million. Contractors must have a current registration with the Central Contractor Registration (CCR) at http://www.ccr.gov and with Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Furthermore, contractors must be approved by FEMAs U.S. Fire Administration. Quotes must be received no later than 3:00 p.m., EST, 12 April 2010. Responses may be sent electronically to Lionel Johnson, Contract Specialist, District of Columbia Army National Guard, Building 350, 189 Poremba Court SW, Washington, DC 20373, or via email: lionel.johnson2@us.army.mil. All questions should be submitted to lionel.johnson2@us.army.mil no later than April 8, 2010. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors, Commercial Items (Nov 2007) and 52.215-5, Facsimile Proposals (Oct 1997) applies to this acquisition. Submit signed and dated quotes on company letterhead. The following FAR clauses 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007) is incorporated into this RFQ and is amended to add the following FAR clauses: 52.204-7 Central Contractor Registration (Jul 2006), 52.252-2, Clauses Incorporated by Reference (Feb 1998), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2008). The following additional FAR Clauses are applicable: 52.219-6, Notice of Total Small Business Set-Aside (June 2003);52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers With Disabilities (June 1998); 52.222-41, Service Contract Act (1965); 52.222-50, 52-223-15 Energy Star, 52.223-16 EPEAT, Combating Trafficking in Persons (Aug 2007; 52.232-33). The following DFARS clauses apply 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Mar 2008) specifically the following clauses under paragraphs (a) and (b) are applicable; 252.204-7004, Alternate A (Sep 2007). This contract incorporates one or more clauses by reference, with the same force and effects as if they were given in full text. Upon request, the contracting Officer will make their full text available. Also, the full test of a clause may be accessed electronically by these addresses: www.farsite.hill.af.mil or www.arnet.gov/far. The following additional clauses are also incorporated into this solicitation DFAR 252.204-7004 Alt A, Required Central Contractor Registration Double Sleeping Rooms (2 beds) Rooms Needed (1 nights)21 May 2010 130 TOTAL ESTIMATED COST: $___________ Conference Rooms(2 days) General Session Room Friday, May 21, 2010- 1:00 pm 250(rounds tables of 6-8) Saturday, May 22, 2010 - 8:00am-All day 250(rounds tables of 6-8) TOTAL ESTIMATED COST: $___________ Meeting Rooms Rooms Needed (1 days)Saturday 22 May, 2010 Storage Space Breakout Rooms 60 (rounds tables of 6-8) 30 (rounds tables of 6-8) 20 (rounds tables of 6-8) 20 (rounds tables of 6-8) 130 (rounds tables of 6-8) TOTAL ESTIMATED COST: $___________ Meals Breakfast500 Lunch 250 Dinner 250 Chg./Gratuity TOTAL ESTIMATED COST: $___________ Audio/Visual Podium 1 Screens 4 Microphones 1 TOTAL ESTIMATED COST: $___________ Travel/Parking Form of Travel (to/from Hotel) Hotel Shuttle Bus Commercial Bus/Shuttle Guest Parking at Facility TOTAL ESTIMATED COST: $___________ Miscellaneous: telephone calls, room service, movies, etc. TOTAL ESTIMATED COST: $___________ Anticipated Attendees: We anticipate 250 persons to be in attendance at the conference. (Note: There may be up to 10 percent variation between time of bid and conference event: We will confirm actual numbers _____ days prior to the event. Handicap Accessibility: All meeting places, sleeping rooms, dining rooms, and facility spaces open to the general public must be accessible to persons with disabilities. To compete, bidding facilities must meet standard ADA accessibility requirements. (We will notify the successful bidder of all known special accommodations required prior to conference.) Mode of Procurement: This procurement will be executed with a standard US government commercial purchase order. Guest Expenses Covered: We will pay for rooms, meals and breaks for approved guests who are registered at the conference facility or hotel. Other incidentals such as telephone calls, room service, movies, etc. will be the responsibility of each guest. Additional considerations: (Add any that you can think would apply or request to delete if not needed) Does your facility offer the following services to guests and conferees? -- Free parking for guests? Yes ___ No___ -- Free van or limousine service to and from the airport? Yes ___ No If not, what transportation is available and what cost? __ ________________________________________________________________________ -- Is there a charge for telephones in the rooms? Yes ___ No ___ _______________________________________________________________________ Please describe any other amenities or concessions available. If you have questions, please call Lionel Johnson, Contract Specialist, at 202-685-7863 for assistance or email lionel.johnson2@us.army.mil. A determination, that equal services exist; or a determination to compete this procurement based on responses to this notice is solely within the discretion of the Government. Responses must be received by 3:00pm EST on 12 April 2010. Responses received after that date will be considered late IAW FAR 52.212-1(f) and will not be evaluated. Questions should be addressed to the Primary POC Lionel Johnson, Contract Specialist, (202) 685-7863 or sent via e-mail to lionel.johnson2@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA49/W912R1-10-T-0004/listing.html)
 
Place of Performance
Address: USPFO for DC 189 Poremba Ct., Anascostia Naval Air Station Washington DC
Zip Code: 20315-0350
 
Record
SN02113453-W 20100408/100406234636-f40113e3e098e85bbe876737e2a217de (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.