Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2011 FBO #3659
SOLICITATION NOTICE

X -- DE National Guard Strong Bonds Event - Statement of Work

Notice Date
11/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, 166 AW/LGC, 2600 SPRUANCE DRIVE, CORPORATE COMMONS, NEW CASTLE, Delaware, 19720-1615
 
ZIP Code
19720-1615
 
Solicitation Number
W912L512T0001
 
Archive Date
12/29/2011
 
Point of Contact
Jonathan H. Bailey, Fax: 1-302-323-3344
 
E-Mail Address
jonathan.bailey@ang.af.mil
(jonathan.bailey@ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 01: Statement of Work This is a combined synopsis/solicitation for commercial services 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. The solicitation number assigned to this action is W912L512T0001. This acquisition is utilizing procedures in FAR part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the 166 MSG/MSC, New Castle, DE 19720. This solicitation is being issued on an UNRESTRICTED basis. Applicable North American Industry Classification System (NAICS) code is 721110, with a size standard of $30,000,000. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-54 dated 02 NOV 2011 and Defense Acquisition Circular DPN 20111118. The Delaware National Guard's requirement is for full service: lodging, food service, and conference space located in the Baltimore, MD Inner harbor area to host a Strong Bonds event in accordance with the attached Statement of Work (SOW). The Deployment Cycle Support (DCS) Contingency Plan created a requirement that Warriors, spouses, and family members be provided training relating to reunion, relational and marital enrichment. Activities will focus on ensuring Service Members and their significant other will learn in various modalities how to reconnect and enhance their relationship which may have been strained by separations resulting from deployment. This solicitation is issued in order to acquire full-service hotel support for the Strong Bonds event Scheduled for January 27-29, 2012. Required services include: (1) Hotel rooms; (2) Food Services; (3) Conference space / Breakout rooms; and (4) Audio-visual support. A Statement of Work and supporting information is attached. The selected vendor shall provide all materials, labor, transportation and technical expertise necessary to complete this award. This is not a solicitation for Event Planning Services. For a quote 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 Government intends to place a Single, Firm-Fixed Price order without discussions. Therefore, offerors should submit their best offer up front. Do not assume you will be able to revise your offer. GENERAL SUBMITTAL REQUIREMENTS: Submit TOTAL price for each of the following CLINS as outlined in the Statement of Work in order to be considered for award (partial quotes will not be considered): 0001: Lodging EST QTY: 39 $______________ Unit price 0002: Conference Room EST QTY: 1 $______________ Unit price 0003: Breakout Rooms EST QTY: 3 $______________ Unit price 0004: Audio-Visual EST QTY: 1 $______________ Unit price 0005: Breakfast EST QTY: 122 $______________ Unit price 0006: Lunch EST QTY: 122 $______________ Unit price 0007: Dinner EST QTY: 122 $______________ Unit price 0008: CMR EST QTY: 1 $______________ Unit price $_______________EXTENDED TOTAL SUBMISSION GUIDELINES: Submitted proposal must include the following: (1) the solicitation number; (2) the name, address and telephone number of the offeror; (3) the price and discount terms (quote FOB Destination); (4) Acknowledgement of any solicitation amendments; (5)Vendors proposal should include details of services to be provided for each requirement identified with pricing. Proposal should be submitted under company letterhead, with DUNS number, FTID, company Name, Address and POC included; (6) Relevant References. A suggested Menu representative of line items: 0005, 0006, and 0007 above is a required submittal used to determine technical acceptability and offerors are reminded that local meal per diem rates do apply. The contractor is also required to report the contractor manpower information associated with performance of this contract action to the Office, Assistant Secretary of the Army (Manpower and Reserve Affairs), using the secure Army data collection web site at https://cmra.army.mil/. Reports must be made by 31 October of each calendar year. Please be sure to include any administrative cost related to this requirement under CLIN 0008 (if none, please enter $0.00). VENDOR CERTIFICATIONS: Prior to award, the vendor must be currently registered in the Central Contractors Registry (CCR) @ http://www.ccr.gov/ and Online REPS and CERTS (ORCA) at https://orca.bpn.gov/. The following provisions are included for the purposes of this combined synopsis/solicitation: 52.212-1 Instructions to Offerors -- Commercial Items; Evaluation in accordance with FAR 13.106-1 is based on Best Value to the Government with Price, technical acceptability, and performance history all given equal consideration. The Contracting Officer may also choose to determine award based on lowest price technically acceptable, where the venue acceptability may be judged by site visit, customer survey and/or any other means; 52.252-1 Provisions Incorporated by Reference (http://farsite.hill.af.mil). Representations and Certifications: 52.212-3 Offeror Representations and Certifications -- Commercial Items ALT I.252.212-7000 Offeror representations and certifications Commercial Items. The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.204-7Central Contractor Registration; 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 (Dev.); 52.222-3Convict Labor; 52.222-19Child Labor Cooperation with Authorities and Remedies; 52.222-21Prohibition of Segregated Facilities; 52.222-26Equal Opportunity; 52.222-36Affirmative Action for Workers with Disabilities; 52.222-41Service Contract Act of 1965; 52.222-42Statement of Equivalent Rates for federal Hires; 52.222-50 Combating Trafficking in Persons; 52.223-18Encouraging Contractor Policy to Ban text messaging While Driving; 52.225-13Restrictions on Certain Foreign Purchases; 52.232-33Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3Protest After award; 52.233-4Applicable Law for Breach of Contract Claim; 52.252-2Clauses Incorporated by Reference, http://farsite.hill.af.mil; 52.252-6Authorized Deviations in Clauses; 252.203-7002Requirement to Inform Employees of Whistleblower Rights; 252.204-7004Alternate A; 252.212-7001Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Dev.); 252.232-7003Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; Submit all offers in response to this synopsis/solicitation to the Point of Contact TSgt Jonathan Bailey; either electronically at: jonathan.bailey@ang.af.mil or via facsimile at: (302) 323-3344. Questions or inquiries received by telephone will not be addressed. Please submit all questions in writing by email and answers will be provided via a formal amendment to the solicitation accessible through FBO. Offers received after 12:00pm Eastern on the required date of submission December 14, 2011; may not be considered unless determined to be in the best interest of the government. As prescribed in 32.705-I (a) insert the following clause: AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's 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. THIS CONTRACT IS SUBJECT TO THE SERVICE CONTRACT ACT OF 1965. The applicable wage determination in effect at the time of award will be incorporated into the subsequent contract. Current rates can be found at the following site: www.wdol.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA07-1/W912L512T0001/listing.html)
 
Place of Performance
Address: Baltimore Inner Harbor District, Baltimore, Maryland, United States
 
Record
SN02629853-W 20111201/111129234057-d8ecb860b162f5f7035d66b54eba044f (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.