SOLICITATION NOTICE
X -- This is a synopsis/solicitation for hotel lodging and hotel conference facility rental.
- Notice Date
- 4/7/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- USPFO for California, P.O. Box 8104, San Luis Obispo, CA 93403-8104
- ZIP Code
- 93403-8104
- Solicitation Number
- W912LA-10-T-0017
- Response Due
- 4/21/2010
- Archive Date
- 6/20/2010
- Point of Contact
- Jeannie Thornton, 805-594-6214
- E-Mail Address
-
USPFO for California
(jeannie.r.thornton@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 FAR 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 solicitation is being issued as a request for quote. The California Army National Guard has a requirement to purchase hotel lodging, meals, and conference facility space, in support of various military programs including the Yellow Ribbon Reintegration program. The United States Property and Fiscal Office for California is seeking a hotel chain willing to enter into a Blanket Purchase Agreement (BPA). It is anticipated that a BPA will be awarded to one or more hotel chains that can service the following cities and centrally invoice for the hotels in these cities: Sacramento, Anaheim, Fresno, Long Beach, San Diego, and Monterey, California. Preference will be given to awarding one or two BPAs to hotel groups that can service each of the locations, rather than multiple individual BPAs numbering more than two. This is not a requirement for event planning services, and the BPA will not be awarded to a vendor requiring the Government to execute a separate agreement with a third party. The capacity requirement needed for Sacramento, Long Beach, San Diego, and Monterey is up to 500 people in conference meeting rooms. The capacity requirement needed for Anaheim is up to 800 people in conference meeting rooms, and the capacity requirement needed for Fresno is up to 350 people in conference meeting rooms. A complete Scope of Work covering all lodging, conference services, audio visual, and catering service requirements, is attached to this combined synopsis/solicitation. All vendors intending to submit a proposal should review the Scope of Work in order to bid effectively, prior to submission of their proposal. The lodging and conference meeting rooms are required to be at the same location. Individual calls placed to the BPA shall not be greater than $25,000(excluding the cost of lodging rooms). When establishing the BPA, the Government will consider vendors whose pricing, technical capability to meet the requirement, and past performance will be in the best interest of the Government. For evaluation purposes, please provide three past performance references in your proposal. The information provided in your proposal will be used to evaluate your technical capability. Vendors should provide adequate details in the proposal including capacity, price, and description of the following items: 1.Number of conference meeting rooms, dimensions and capacities; 2.Number of meeting rooms that can be utilized as child care rooms, dimensions and capacities; 3.Number of lodging rooms that are offered at or below the Government per diem rate; 4. Amenities available with lodging rooms; 5.Audio visual equipment available; 6. Catering services available (refer to Scope of Work for meal requirements). The Government will award the BPA resulting from this solicitation to the responsible vendor whose offer conforms to this solicitation, and is the most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate proposals: Price, technical capability, and past performance. Technical capability and past performance when combined, are approximately equal to price. The following FAR provisions and clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items (The following factors will be used to evaluate proposals: Price, technical capability, and past performance. Technical capability and past performance when combined, are approximately equal to price.); 52.212-3 ALT I Offeror Representations and Certifications-Commercial Items; 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; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference; DFAR 252.201-7000 Contracting Officers Representative; DFAR 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFAR 252.204-7004 Alternate A; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; DFAR 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFAR 252.232-7010 Levies on Contract Payments; DFAR 252.225-7035 Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate; FAR 52.204-4 Printed or Copied-Double Sided on Recycled Paper; FAR 52.233-2 Service of Protest; DFAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFAR 252.225-7020 Trade Agreements Certificate; DFAR 252.225-7021 Trade Agreements; FAR 52.211-16 Variation in Quantity. All vendors must be registered in the Central Contractor Registration (CCR). Simplified acquisition procedures will be used. Proposals are due by 10:00 am PST on Wednesday, April 21, 2010, and may be e-mailed to Jeannie.r.thornton@us.army.mil or faxed to 805-594-6348. The point of contact for this solicitation is Jeannie Thornton at 805-594-6214 or Jeannie.r.thornton@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA-10-T-0017/listing.html)
- Place of Performance
- Address: USPFO for California P.O. Box 8104, San Luis Obispo CA
- Zip Code: 93403-8104
- Zip Code: 93403-8104
- Record
- SN02115452-W 20100409/100407235421-b795ebcd07a0be22b1586954f6999cd6 (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 |