SOLICITATION NOTICE
V -- Yellow Ribbon Event
- Notice Date
- 9/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Air Force, Air Force Reserve Command, 911 CONF/LGC, 2375 Defense Avenue, Pittsburgh IAP-ARS, Pennsylvania, 15108-4495
- ZIP Code
- 15108-4495
- Solicitation Number
- FA6712-10-T-0008
- Point of Contact
- Daniel C. Lucci, Phone: 412-474-8119, Peggy A. Teets, Phone: (412)474-8122
- E-Mail Address
-
daniel.lucci@pittsburgh.af.mil, peggy.teets@pittsburgh.af.mil
(daniel.lucci@pittsburgh.af.mil, peggy.teets@pittsburgh.af.mil)
- Small Business Set-Aside
- N/A
- Description
- A. Yellow Ribbon Event - This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate solicitation will not be issued. Solicitation number FA6703-10-T-0008 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. This acquisition is being solicited on an unrestricted basis. The North American Industry Classification System (NAICS) code is 721110 with a small business size standard of $7,000,000.00. Interested parties must quote on all line items. Partial quotes will not be accepted. Only one (1) award will be made as a result of this combined synopsis/solicitation. The 911th Airlift Wing, Pittsburgh Air Reserve Station, will conduct a Yellow Ribbon Family Reintegration event in the Baltimore, Maryland area on 17-19 September 2010. The 911th Airlift Wing is seeking a registered facility with activities to accommodate families and children. Contractor shall provide the following as outlined below. A. Sleeping Rooms: 1. An estimated total of 100 sleeping rooms are required for a minimum of 2 nights from 17 - 19 September 2010. The rooms will be occupied by Airmen and family members under this contract. 2. Rooms must be double occupancy, individual/private sleeping rooms with toilet and shower/tub facilities, with 2 double beds, 2 queen beds, 1double bed and 1 queen bed combination per room. Additional accommodations should be made for approximately 10 families containing more than 5 family members or for family members that require special physical needs. 3. The attendee /traveler/ airman who reserves a room for the event will be responsible for all incidental expenses, such as parking, room service, telephone calls, movie and game rentals, restaurant invoices, etc., again this the sole responsibility of the individual attendee, and shall be billed to the individual's personal credit card account provided during check-in. 4. All airman and family members will contact the hotel directly for room reservations using the designated reservation code established by the hotel. Reservations can be made either by phone or online. 5. The deadline for reserving rooms under a reservation code issued is 14 Sept 2010 no later than 16:00 hours. Any rooms not reserved by this deadline shall be released from the block and made available for sale to the general public. 6. The lodging rate for this event will not exceed the daily Government Daily Per Diem rate of $¬¬¬¬161.00 for the Baltimore Maryland area. 7. The designated government representative is not authorized to change the terms and conditions of the resulting contract. B. Meeting Space (see paragraph E for audiovisual/ equipment requirements) 1. Conference room to accommodate approximately 200 attendees, set up classroom or round table style/ stage and containing audiovisual equipment as outlined below, is required on each of the following dates and times. a. One (1) Saturday, 18 September, 2010, 8:00 a.m. to 5:30 p. m. b. One (1) Sunday, 19 September, 2010, 8:00 a.m. to 2:00 p.m. 2. 5 breakout rooms to accommodate at least 50 people in each room, Setup Theater, round or classroom style, and containing audiovisual equipment as outlined below: a. 5 Rooms (1) Saturday,18 September, 2010, 8:00 a.m. to 5:30 p.m. b. 5 Rooms (1) Sunday,19 September, 2010, 8:00 a.m. to 2:00 p.m. 3. 1 breakout room to accommodate up to 118 children and caregivers per room and containing audiovisual equipment as outlined below: a. 1 Rooms (2) Saturday and Sunday 18 & 19 September, 2010, 8:00 a.m. to 5:30 p.m. C. Meals: 1. a. Contractor shall provide buffet meal to accommodate approximately 200 people. Buffet meal would also accommodate a children's meal. b. Breakfast Buffet meals shall be provided on Saturday,18 September 2010 at 7:30 a.m. and Sunday 19 September, 2010 at 7:30 a.m. for 200 individuals. c. Lunch buffet at Saturday and Sunday, 18 & 19 September, 2010 from 1130 to 1230 p.m. for 200 individuals. d. Dinner Saturday, 18 September, 2010 at 6:00 till 8:00 p.m. for 200 individuals. 2. Government shall provide contractor with a final count for personnel to provide with buffet meal no later than 13 September, 2009. The government will not be responsible for any cost above the final count. 3. The meal rate for this event will not exceed the daily Government Daily Per Diem rate of $66.00 per person in the Baltimore Maryland area. D. Refreshments: 1. Contractor shall provide refreshments to accommodate approximately 200 people. Refreshments shall be provided Saturday, 18 September, 2010 at 10:00 till 11:00 a.m. and again at 2:00 pm in the main conference room. 2. The government shall provide contractor with a final count for personal to be provided with refreshments no later than 13 September, 2009. The government will not be responsible for any cost above the final count. E. Audiovisual Equipment: 1. Contractor shall provide and setup equipment on as follows: a. TV and DVD cart combo in (1) person breakout rooms (child care rooms) on Saturday, 18 September 2010 7:30 a.m. to 5:30 p.m., and Sunday, 19 September 2010, 7:00 a.m. to 2:00 p.m. during times specified in paragraph B.3 above. b. Podium, microphone, screen, cart combo equipment and internet service in conference room and breakout rooms indentified in paragraphs B.1 and B.2 above. 2. Screens must be large enough to accommodate an audience to ensure all attendees can easily view presentations in paragraph B.1 and B.2. 3. Contractor will provide setup and LCD projectors, government will provide laptop computers with Microsoft PowerPoint application, to be used in conjunction with contractor-provided equipment in the conference room and breakout rooms. 4. Government is permitted to connect its equipment to the contractor's electrical outlets and facilities, with no additional cost to the government for use of contractor's electrical service. F. Other: 1. Contractor shall provide the following miscellaneous items throughout the entire Conference period: a. Registration area with table and chairs; 17 & 18 September 2010 near the conference rooms. b. An area that is large enough to accommodate 15 vendors' booths with tables and chairs for use from 7:30 a.m.- 5:30.m. Saturday, 18 September 2010 and Sunday 19 September 2010 from 7:30am till 2:00 pm. c. Also a business center for internet access/telephone/outlets for conference support will be provided. b. Sign(s) identifying to airman and family members the location of registration are 17-19 September 2010. c. The contractor agrees to allow the government to provide child care activities/services for airmen and their families if either by separate contract in the breakout rooms identified in paragraph B.3 The Government will award a purchase order resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, is most advantageous to the Government. The following factors shall be used to evaluate offers: Price and Technical Acceptability (Contractor's proposal meets the required accommodations, services, etc.) Award will be made IAW FAR 13.106-2. This is not a small business set-aside. The applicable Federal Supply Code (FSC) is V231, the Standard Industrial Code (SIC) is 7011, the North American Industry Classification System (NAICS) code is 721110 and the Small Business Size Standard is $7.0 million. If there are questions regarding this requirement, please contact Ms. Peggy Teets by e-mail: peggy.teets@us.af.mil. All quotes shall meet all instructions put forth in this combined synopsis/solicitation. Award will be made to a single source. Reference the solicitation number on the proposal. Quotes are to include any discount terms. All interested parties are to submit a proposal to peggy.teets@us.af.mil, or daniel.lucci@us.af.mil, or via FAX to (412) 474-8410. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Proposal due no later than 2 P.M. local time, 10 Sep 10. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://farsite.hill.af.mil.52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil.The following clauses and provisions are incorporated by reference and remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors Commercial Items (Jun 2008), applies to this acquisition. FAR 52.212-2, Evaluation - Commercial Items FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Feb 2009) Alternate I (Apr 2002) FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007), is incorporated into this Request For Proposals and as an addendum, adds the following clause: FAR 52.204-7 Central Contractor Registration (Apr 2008) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items (Sep 2008) (Deviation) is incorporated in to this RFP and the following clauses within FAR 52.212-5, paragraph (b) are applicable: FAR 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), FAR 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)) flow down required in accordance with paragraph (f) of FAR clause 52.222-50.The following Clauses and Provisions also apply to this acquisition: FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-25, Affirmative Action Compliance (Apr 1984) FAR 52.222-41, Service Contract Act 1965, as amended (Nov 2007), flowed down required for all subcontracts subject to the service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rates for Federal Hires This statement is for information only: It is not a wage determination Employee Class and Monetary Wage and Fringe Benefits Food service worker, WG-7408 $14.91 Wage Determination No. WD 05-2247 (Rev.-11) was first posted on www.wdol.gov on 06/22/2010. DFARS 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Jan 2009) (Deviation) DFARS 252-225-7000, Buy American Act- Balance of Payments Program Certificate (Jan 2009) DFARS 252-225-7001, Buy American Act and Balance of Payments Program (Jan 2009) DFARS 252.232-7003, Electronic Submission of Payment Request (Mar 2008) (10 U.S.C. 2227) The clause at AFFARS 5352.201-9101 (Aug 2005), Ombudsman, applies. All offerors must be registered in Online Representation & Certification (ORCA) https://orca.bpn.gov at the time of quote submittal. All responsible offerors must be registered in the Central Contractor Registration database at www.ccr.gov in order to be considered for award. Point of Contact: Peggy Teets, Purchasing Agent, Phone 412-474-8122, Fax 412-474-840, Email peggy.teets@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/911AWLGC/FA6712-10-T-0008/listing.html)
- Place of Performance
- Address: Baltimore, Maryland, United States
- Record
- SN02265499-W 20100904/100902235451-02b155ac2311bde2c5ef16a274d46dc6 (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 |