Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2010 FBO #3270
SOLICITATION NOTICE

V -- Yellow Ribbon Event in the Richmond, VA area during May 2011

Notice Date
11/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USPFO for Virginia, Building 316, Fort Pickett, Blackstone, VA 23824-6316
 
ZIP Code
23824-6316
 
Solicitation Number
W912LQ11T1002
 
Response Due
11/19/2010
 
Archive Date
1/18/2011
 
Point of Contact
Susan Hensley, 434-298-6207
 
E-Mail Address
USPFO for Virginia
(susan.hensley@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 Subpart 12.6, as supplemented through FAC 2005-46, effective 29 October 2010 and additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) for lodging, catering and conference space during the period May 26-27, 2011. This RFQ constitutes the only solicitation. This procurement is issued unrestricted under the NAICS 721110 with a small business size standard of $7M. The Virginia Army National Guards Family Programs Office will conduct a Yellow Ribbon event on dates specified above. This event is not currently funded. The area of consideration to hold the event is the Richmond, VA area to include all areas within a 30 mile radius of 500 Dove St. Richmond, VA (radius according to mapquest.com). A pricing schedule identifying quantities of services needed is attached and must be completed and returned with your quote. All quantities are estimated. Unit prices shall be inclusive of all applicable service fees. A statement of work statement (SOW) is attached and is hereby made a part of this RFQ and will be made a part of any resulting award. The following provisions and clauses are applicable to this acquisition: FAR Provisions 52.212-1, 52.212-3 Alt I, and 52.252-1; DFARS Provision 252.212-7000; FAR Clauses 52.212-4, 52.212-5,, 52.232-18, 52.252-2, and DFARS Clauses 252.204-7003 and 252.212-7001. FAR provision 52.212-3 and Alt I shall be completed and returned with your quote. If your company information is available through Online Representations and Certifications (ORCA) so indicate in 52.212-3 and return only that portion of the provision. FAR Provision 52.212-1 is amended as follows: Delete paragraph (d) Product Samples. FAR Provision 52.252-1 and FAR Clause 52.252-2: full text language of provisions and clauses incorporated by reference can be located at http://farsite.hill.af.mil. FAR clause 52.212-4 is amended as follows: paragraph (g) (1) change requirement for three copies of invoices to 1 copy of invoice and add after paragraph (g) (2) the following: Invoices shall be submitted via WAWF in accordance with the attached instructions. Questions regarding payment status or delinquent payments are to be addressed to the Voucher Examiner at 434-298-6266; Delete paragraphs (h) Patent indemnity, (j) Risk of loss, and (n) Title. The following clauses included in 52.212-5 are applicable: 52.219-28, 52.219-35, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.225-13, 52.232-33, and 52.232-36. In addition, clauses, 52.222-41, 52.222-42, and 52.222-44 or 52.222-53, included in 52.212-5 may be deemed applicable pending contractors response to paragraph (k)(2) in FAR Provision 52.212-3. The following clauses included in 252.212-7001 are applicable: 252.225-7001, 252.232-7003 and 252.247-7023 Alt III. 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 offer shall indicate if credit card (VISA) is an acceptable form of payment. Award will be made to the low price technically acceptable (LPTA) quote which represents the most advantageous scenario to the government considering the potential for multiple awards. Since multiple awards will be considered, vendors are not required to bid every line item. While multiple awards will be considered, vendors may enter into subcontract agreements with other facilities and submit one quote for all requirements. In determining the most advantageous scenario, the government will evaluate pricing as follows: 1 - Each line item will be evaluated separately. 2 - If it is determined one vendor can meet all requirements (lodging, conference, catering, etc.) for all line items and offers the overall lowest price, one award may be made to the one vendor. 3 - If no one vendor can accommodate all lodging, catering, and/or conference facilities for this event, in order to be advantageous to the government, the lodging facility(ies) must be located within a one mile radius (radius according to mapquest.com) of the facility determined to offer the LPTA conference quote. For example, if a conference facility in Richmond, VA is able to meet all conference requirements for the event and is determined to be the low conference price, but is not able to meet the lodging requirements, only hotels within a one (1) mile radius (radius according to mapquest.com) will be considered for award, unless no cost transportation is provided by the hotel located outside of the one (1) mile radius. 4 - An evaluation factor of $500.00 per award will be applied in determining if it is in the government's best interest from an administrative standpoint to make multiple awards. This monetary evaluation factor is separate from determining the number of facilities needed to be utilized to meet the requirement which will also be considered in determining if it is advantageous to make multiple awards. For purposes of price evaluation, if there is a mathematical error in which the unit price multiplied by the quantity does not equal the extended total, the unit price will prevail and be used for evaluation and award purposes. To be determined technically acceptable, the following minimum requirements must be met: 1) The quote must provide for all services which are being quoted (i.e. if quoting the conference, contractor must be able to provide conference space, catering, support equipment, etc.). 2) Hotel(s) must have on-site parking for at least one vehicle per room reserved or provide off-site parking within a three (3) city block radius. The conference facility shall have parking for 400 vehicles. 3) Facilities being proposed for lodging and conference must be located within a 30 mile radius of 500 Dove St. Richmond, VA (radius according to mapquest.com). 4) Lodging facility must be FEMA approved. In order to determine if minimum requirement 1) can be met, all services requested must either be priced or annotated as provided at no additional cost and a conference space accommodations chart must accompany the quote. For minimum requirements 2) & 4) offeror must provide a fact sheet which addresses each minimum requirement. The physical location of the proposed hotel facility must be provided to permit a determination to be made to ascertain if minimum requirement 3) can be met. If the information required is available on-line, a website address can be provided in lieu of the fact sheet. Pricing shall be provided on attached pricing worksheet. Paragraph (e) of FAR Provision 52.212-1 encourages offerors to present alternative terms and conditions for satisfying the requirements of this solicitation. Should any term or condition (i.e. number of hours prior to event attendee may cancel reservation, etc.) be altered, offeror must clearly annotate the alteration in the quote. The government may or may not accept the alternative term or condition. Such determination will be made based on if it is in the governments best interest to accept the proposed alternative. In anticipation of questions regarding if the government per diem rate is required, the following response is provided. The solicitation is being issued on a competitive basis. The rate utilized for purposes of award will be the rates proposed by the offeror(s) determined to offer the lowest technically acceptable offer. Contractors can and are encouraged to provide room rates below the established per diem rate. As stated in paragraph (g) of Federal Acquisition Regulation (FAR) Provision 52.212-1, included in this solicitation, 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 by 4:00 p.m. ET, November 16, 2010. Questions can be sent via email, susan.p.hensley@us.army.mil or fax (434) 298-6202. Quotes are due not later than 4:00 p.m. ET, November 19, 2010. Quotes may be faxed to 434-292-6202, Attn: MSG Susan P. Hensley, or emailed to susan.p.hensley@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ11T1002/listing.html)
 
Place of Performance
Address: USPFO for Virginia Building 316, Fort Pickett, Blackstone VA
Zip Code: 23824-6316
 
Record
SN02323035-W 20101107/101105233751-6d735f699b2d25d6049412477d04bcb6 (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.