SOLICITATION NOTICE
X -- TAG Symposium to include sleeping rooms, meeting space, food and beverage.
- Notice Date
- 9/22/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
- ZIP Code
- 84020-2000
- Solicitation Number
- W90M8L-0251-0101
- Response Due
- 10/5/2010
- Archive Date
- 12/4/2010
- Point of Contact
- Linda Duvall, 801-432-4091
- E-Mail Address
-
USPFO for Utah
(linda.duvall@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. OFFICE ADDRESS: USPFO for Utah, P. O. Box 2000, 12953 South Minuteman Drive, Draper, UT 84020-2000 SUBJECT: TAG Symposium. SOLICITATION NUMBER: W90M8L-0251-0101 QUOTE DUE DATE: 5 October 2010 POC: Linda Duvall, Contracting Officer, (801)432-4091 DESCRIPTION: This 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, quotes are hereby requested. A written solicitation will not be issued. MINIMUM SPECIFICATIONS: The Utah National Guard has a requirement for sleeping rooms, meeting space, food and beverage in the Downtown Salt Lake City Area, Utah, 5-6 November 2010. SEE ATTACHED STATEMENT OF WORK FOR DETAILED INFORMATION. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated either by reference or full text. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: FAR 52.204-7, Central Contractor Registration. FAR 52.212-1, Instructions to OfferorsCommercial Items. FAR 52.212-2, EvaluationCommercial Items. FAR 52.212-3, Offeror Representations and CertificationsCommercial Items. FAR 52.212-4, Contract Terms and Conditions--Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders--Commercial Items, the following clauses are applicable and incorporated by reference: 52.204-10, Reporting First Tier Subcontract; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 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; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36 Payment by Third Party; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contact Claim. FAR 52.232-18, Availability of Funds. FAR 52.252-2, Clauses Incorporated by Reference. DFARS 252.204-7004, Central Contractor Registration, ALT A. DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses and provisions within 252.212-7001 apply to this solicitation and any resultant contract: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea. DFARS 252.232-7010, Levies on Contract Payments. EVALUATION FACTORS: The contract type for this procurement will be Firm-Fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors in order of importance: (1) offerors capability to provide adequate accommodations that meets the Government requirement; (2) past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) total cost and/or price. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the offeror does not become registered in the CCR database by the due date/time of quote, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Offerors may obtain information on registration at www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Funds are not presently available for this contract. The Governments obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Quotes are due NLT 11:00 a.m. MST on 5 October 2010 and shall be submitted on the Quote Form, part of the attached Statement of Work. Questions may be e-mailed to linda.duvall@us.army.mil; please no telephone calls.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W90M8L-0251-0101/listing.html)
- Place of Performance
- Address: USPFO for Utah P.O. Box 2000, Draper UT
- Zip Code: 84020-2000
- Zip Code: 84020-2000
- Record
- SN02293377-W 20100924/100923000304-c377e6dee4b766edf099d4747fdb84b1 (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 |