Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2011 FBO #3403
SOLICITATION NOTICE

X -- Lodging Requirement at San Antonio, TX (29 April 2011-01 May 2011)

Notice Date
3/18/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USAR Center-Dix, 5418 South Scott Plaza 3rd Floor, Fort Dix, NJ 08640-5097
 
ZIP Code
08640-5097
 
Solicitation Number
W91LV2RTSMED
 
Response Due
3/25/2011
 
Archive Date
5/24/2011
 
Point of Contact
James Mote, 609-562-5098
 
E-Mail Address
USAR Center-Dix
(james.mote@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 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. Solicitation #W91LV2SRTSMED is hereby issued as a Request for Quote (RFQ) for lodging during the period of 29 April 2011-01 May 2011 in the San Antonio, TX area. This procurement is being issued as a total small business set-aside. Only small businesses under NAICS Code 721110 are being solicited resulting in a COMPETITIVELY awarded purchase order contract. The small business size standard for NAICS code 721110 is $30,000,000 or less. Note: The small business size standard for Hotels has recently been increased from $7.5M to $30M. All vendors are requested to update their CCR records to reflect any changes that may be necessary to reflect their current size standard. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to provide contracted services as set forth below and in the attachments. The anticipated award will be a Firm-Fixed Price (FFP)-type contract. Vendors must submit quotes on the full quantity identified. Award shall be made to a single vendor. The Contracting Officer reserves the right to make no award under this procedure. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. QUOTES MUST INCLUDE THE FOLLOWING INFORMATION. FAILURE TO SUBMIT ANY OF THE FOLLOWING INFORMATION WILL RESULT IN A REJECTED BID DUE TO NON-RESPONSIVENESS: a) a list of three (3) references for a similar stay. References shall include; name/point of contact, address, phone number, and Email address b) a list of facility amenities c) pricing, CAGE code, DUNS number, and Federal Tax ID d) a statement confirming that your company is registered in ORCA or a copy of your company`s Representations and Certifications completely filled out e) For third party vendors, your quote shall include the additional information requested in the paragraph listed below. Failure to provide this information with your quote may deem your quote to be technically unacceptable and/or non-responsive. 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 forward a copy of a signed, written agreement between the offeror and a representative who has binding authority of stated hotel facility. This agreement must state that it covers the period of performance requested in the solicitation and be signed by both parties. In addition, a copy of all insurance(s) (standard business, liability, extraordinary insurances) must be submitted with the offerors technical proposal for evaluation purposes. The technical approach must provide the name, phone number, and email address of a lodging representative from the offerors company (not a representative of the proposed hotel) will be available full-time during the event(s) and must be physically present full time at the hotel during the entire event(s). 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 vendor shall be deemed technically unacceptable. The requirements and Contract Line Item Numbers (CLINs) for this request for quote are listed in the attachment entitled REQUEST FOR QUOTE. Contractors are to complete the RFQ and return by the submittal date & time listed within same. Please note that the Government is not authorized to pay prices higher than the allowable per diem rate for a specific area. The maximum allowable rate for Bexar County, Texas is $106.00 per night. ONLY ONE QUOTE PER CONTRACTOR WILL BE CONSIDERED. ANY QUOTES NOT RECEIVED BY THE DUE DATE AND TIME SPECIFIED IN THIS ANNOUNCEMENT WILL BE REJECTED. ADDITIONALLY, ANY INCOMPLETE PROPOSALS NOT CONTAINING THE REQUIRED INFORMATION AS STATED IN THIS SOLICITATION/SYNOPSIS WILL ALSO BE REJECTED. NOTE: The final quoted price(s), both total and individual, MUST include all applicable taxes, fees, gratuities, commissions, service charges, etc...NO EXCEPTIONS. THE FEDERAL GOVERNMENT IS TAX EXEMPT. PROVISIONS/CLAUSES: please see provisions and clauses section below that will/may apply to this solicitation and/or purchase order contract. LOCATION: The hotel must be within the city limits of San Antonio, Texas. The contractor is put on notice that the Government will not be held liable for any requirement that is to be paid for by participants or any amounts associated with those items, including any guaranteed minimum purchases that the contractor may require. REQUIRED RESPONSE DATE: Quotes MUST be received by 1:00 P.M. Eastern Standard Time (EST) on 25 March 2011. Quotes are to be emailed to MAJ James Mote, Contract Specialist, at james.mote@conus.army.mil. An official authorized to bind your company shall sign the quote. Questions concerning this solicitation should be addressed to Major James Mote, Contract Specialist, via email at the address provided above. All questions or inquiries must be submitted in writing. Quotes are being requested and a written solicitation will not be issued. REQUIREMENT DETAILS: CLIN 0001 Lodging Check-InCheckoutNumber of Rooms DaysTotal Cost (CLIN0001) 29 April 2011 01 May 2011200 (Double Rooms) 2$___________ CLIN 0002 Conference Room/Meeting Room for Childcare/Operations Room Saturday, April 30th - Sunday May 1st, 2011 General Session: A conference room is needed for approximately 250 people on Saturday, April 30th, 2011 from 6:00 a.m. - 5:00 p.m. and May 1st, 7:00-11:00 a.m. Include extra tables for Vendors Stations/Standing Tables. These tables (10 ea) should be skirted and along the back wall, farthest from the podium/speaking platform. The room itself should be set with 30-35 rounds with white linen table cloths seating roughly 6-7 per table. A small meeting room for 50 children is required beginning 30 April 2011 from 6:00 a.m. - 5:00 p.m. and 01 May 2011 from 7:00 a.m.-11:00 a.m. This room should be located near a bathroom but separate (as indicated) from the General Session Conference Room. Provide one (1) television and one (1) DVD player for the children's room. Operation Center: Friday, 29 April 3 p.m. - Sunday, 01 May 11:00 a.m. Provide space for operations room, set up for 4-6 administrative staff, wireless internet connectivity (wireless connectivity service shall only be priced in CLIN 0004), telephone, and water station. Total Cost (CLIN0002) $___________ CLIN 0003 Childcare Provider Provide licensed, bonded/insured contracted childcare for Children on Saturday 30 April, 2011 from 7:00 a.m. to 5:00 p.m., and Sunday, 01 May, 2011 from 8:00 a.m. to 11:00 a.m. The childcare provider should provide age appropriate toys and activities for children ages 2-10. Total Cost (CLIN0003) $___________ CLIN 0004 Internet Services-Wireless, Audio Visual and IT Support -1 Proxima -1 Screen-(Approximately 80-inch diagonal or 100-inch diagonal, matte white surface for the screen) -2 Microphones-One (1) wireless lapel microphone and one (1) podium w/microphone -Wireless Internet Service for conference room and operations center (not required in children's area) -1 TV with DVD for children's room- (The TV should be a 42" screen) -1 sound patch Total Cost (CLIN0004) $___________ CLIN 0005 Full Hot Breakfast Saturday, April 30th, 2011 Hot Breakfast (Buffet) for 250 people from 7:00 a.m-8:30 a.m. This meal should be served in a separate room from the General Session Conference Room. Total Cost (CLIN0005) $___________ CLIN 0006 Full Hot Breakfast Sunday, May 1st, 2011 Hot Breakfast (Buffet) for 250 people from 7:00 a.m.-8:30 a.m. This meal should be served in a separate from the General Session Conference room. Total Cost (CLIN0006) $___________ CLIN 0007 Hot Lunch Saturday, April 30th, 2011 Hot Lunch (Buffet) for 250 people at 11:30 a.m.-1:00 p.m. This meal should be served in a separate room (other than the General Session Conference Room). Children will be eating with their parents Total Cost(CLIN0007) $___________ CLIN 0008 Transportation Hotel shuttle to/from the local airport. This shuttle service should be available for Friday's arrival for 250 personnel from 12:00 p.m.-9:00 p.m. and Sunday's departures, 11:00am-4:00pm for up to150 personnel. Total Cost (CLIN0008) $___________ Grand Total (All CLINS) $___________ This requirement is for the use of two hundred (200) hotel/motel rooms from 29 April 2011-01 May 2011 at San Antonio, Texas. Each room must include at a minimum the standard items/products provided by any national chain or local hotel/motel: 1) At a minimum a double bed, 2) Working functional bathroom to include working bathroom sink, shower and/or bathtub, 3) Working toilet. All military personnel and family members WILL STAY at ONE LOCATION. The dates listed above MUST BE AVAILABLE for all personnel without interruption. Award will be made to the quotation which offers the best value to the government. The categories evaluated will be: 1) Technical (Most important) 2) Location (Second most important) 3) Past Performance (Third Most Important) 4) Price (Least important) The Government also reserves the right to make no award at all. PLACE OF PERFORMANCE: Address: USAR Center-Dix 5418 South Scott Plaza 2nd Floor, Fort Dix NJ Zip Code: 08640-5097. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-2 Evaluations- Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-28, FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7024, Notification of transportation of Supplies by Sea. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on 25 MARCH 2011 at 1:00 P.M. Eastern Standard Time (EST). Submit offers or any questions to the attention of MAJ James Mote, Contracting Specialist, via email to james.mote@conus.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/16863e23ab86ce9d3e28b9eef165ac02)
 
Place of Performance
Address: USAR Center-Dix 5418 South Scott Plaza 3rd Floor, Fort Dix NJ
Zip Code: 08640-5097
 
Record
SN02404686-W 20110320/110318234732-16863e23ab86ce9d3e28b9eef165ac02 (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.