SOLICITATION NOTICE
V -- HOTEL ROOMS (SUITES) TO SUPPORT THE NJARNG 63rd ARMY BAND DURING ANNUAL TRAINING IN FORT GORDON, GA
- Notice Date
- 6/11/2010
- 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
- W912KN63RDBAND
- Response Due
- 6/21/2010
- Archive Date
- 8/20/2010
- 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 Request for Quote (RFQ) for lodging for the period of 11-24 July 2010. This is a Request for Proposal (RFP) and constitutes the only solicitation. This procurement is issued unrestricted under the NAICS code 721110 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 National Guard, 63rd Army Band will be conducting Annual Training at Fort Gordon, Georgia for the period of 11-24 July 2010. The band requires 15 Double Suites, and 2 King Suites per day for 13 days. Hotel must be located close to Fort Gordon, GA. All associated Fees must be identified. The NJARNG will provide Tax Exempt certificate. 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 price, amenities and location. To determine Best Value, all requirements of the Statement of Work must be presented. 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, Monday, June 21, 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/W912KN63RDBAND/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
- SN02175823-W 20100613/100611235211-ef7a819f39b9dc047443551b11596898 (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 |