Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2010 FBO #3105
SOLICITATION NOTICE

X -- Delaware Army National Guard Yellow Ribbon 60 Day Reintegration

Notice Date
5/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
166 AW/MSC, 2600 Spruance Drive, Corporate Commons, New Castle, DE 19720-1615
 
ZIP Code
19720-1615
 
Solicitation Number
W912L5T0001
 
Response Due
6/4/2010
 
Archive Date
8/3/2010
 
Point of Contact
DANA DANNA, 302-323-3546
 
E-Mail Address
166 AW/MSC
(dana.danna@denewc.ang.af.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 services 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. The solicitation number assigned to this action is W912L5-10-T-0001. This acquisition is utilizing procedures in FAR part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the USPFO for DE, Delaware Army National Guard, Yellow Ribbon Program. This is Unrestricted. Principle NAICS is 721110 and size standard is $6 million. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-38 dated 1 FEB 2010. The USPFO, Yellow Ribbon Program requirement is for a full service Family Resort environment located in the Ocean City Area of Ocean City, Maryland, to host an event in accordance with the attached Statement of Work (SOW). This is not a solicitation for Event Planning Services. For an offer submitted by a vendor that is not a hotel, the vendor must describe in its proposal the technical approach for the offerors services as a prime contractor ad 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 Government intends to place a Single, Firm-Fixed Price order without discussions. Therefore, offers should submit their best offer up front. Do not assume you will be able to revise your offer. General Requirement: In accordance with attached Statement of Work: CLIN 0001: LODGING (See SW-11 Hotel Rooms) CLIN 0002: MEALS (See SW-9 and SW-10) Service charges on Food and Beverage (As either Dollar amount or % of the charges on Food and Beverage) CLIN 0003: BREAKOUT ROOMS (See SW-8) CLIN 0004: AUDIO VISUAL (See SW-8) * See SW-5 Hotel Requirements and SW-13 Additional Requirements The following provisions are included for the purposes of this combined synopsis/solicitation: 52.212-1 Instructions to Offerors -- Commercial Items; Evaluation in accordance with FAR 13.106-1 based on price and acceptability of venue. The Contracting Officer may determine award based on lowest price, technically acceptable, where the venue acceptability may be judged by site visit, customer survey and/or any other means; 52.252-1Provisions Incorporated by Reference (http://farsite.hill.af.mil). Representations and Certifications: 52.212-3 Offeror Representations and Certifications -- Commercial Items ALT I.252.212-7000 Offeror representations and certificationsComercial Items. The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.204-7Central Contractor Registration; 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 (Dev.); 52.222-3Convict Labor; 52.222-19Child LaborCooperation with Authorities and Remedies; 52.222-21Prohibition of Segregated Facilities; 52.222-26Equal Opportunity; 52.222-36Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons; 52.223-5 Pollution Prevention and Right to Know Information; 52.225-13Restrictions on Certain Foreign Purchases; 52.232-33Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3Protest After award; 52.233-4Applicable Law for Breach of Contract Claim; 52.252-2Clauses Incorporated by Reference, http://farsite.hill.af.mil; 252.201-7000 Contracting Officers Representative: 252.203-7002Requirement to Inform Employees of Whistleblower Rights; 252.204-7004Alternate A; 252.212-7001Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Dev.); 252.232-7003Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010Levies on Contract Payments; Electronic paperless payment processing Submittal Requirements: Submit the following in order to be considered for award. 1. Pricing of CLINS 0001 through 0004 as outlined on the Statement of Work. 2. Representations and Certifications, in accordance with FAR 52.212-3 and DFARS 252.212-7000. 3. All interested parties are to registered through the Department of Defense Central Contractor Registration website for direct deposit (electronic funds transfer) http://ccr.gov. 4. All interested parties are to be registered through the Wide Area Workflow paperless invoicing. https://wawf.eb.mil. Submit offers in response to this synopsis/solicitation to Dana K Danna, email: dana.danna@ang.af.mil, or fax 302-323-3344, USPFO for DE, 1161 River Road, New Castle, DE 19720-5199. Submit Q&A in writing by email. Offers are due No later than 9:00am, 4 Jun 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA07-1/W912L5T0001/listing.html)
 
Place of Performance
Address: 166/MSC/MSG 2600 Spruance Drive, Corporate Commons New Castle DE
Zip Code: 19720-1615
 
Record
SN02158040-W 20100526/100524234414-b3e10dc08de4909ed98c445a0878b6c4 (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.