Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2011 FBO #3680
SOLICITATION NOTICE

X -- Lodging and conference related services - Statement of Work

Notice Date
12/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, 176TH WING/LGC, KULIS ANG BASE, 5005 RASPBERRY ROAD, BLDG 23, ANCHORAGE, Alaska, 99502-1998
 
ZIP Code
99502-1998
 
Solicitation Number
W91ZRU-12-T-0003
 
Archive Date
2/11/2012
 
Point of Contact
Craig S. Wood, Phone: 9075510246, Paul C. Fruend, Phone: 9075510245
 
E-Mail Address
176msg.msc@elmendorf.af.mil, paul.fruend@elmendorf.af.mil
(176msg.msc@elmendorf.af.mil, paul.fruend@elmendorf.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work 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 solicitation is being issued as a request for quote. The Alaska Air National Guard has a requirement to purchase hotel lodging, meals, and conference facility space, in support of various military programs including the Yellow Ribbon Reintegration program. The 176 MSG Contracting office is seeking a hotel chain willing to enter into a Blanket Purchase Agreement (BPA). It is anticipated that a BPA will be awarded to one or more hotel chains that can service the Anchorage area. This is not a requirement for event planning services, and the BPA will not be awarded to a vendor requiring the Government to execute a separate agreement with a third party. A complete Scope of Work covering all lodging, conference services, audio visual, and catering service requirements, is attached to this combined synopsis/solicitation. All vendors intending to submit a proposal should review the Scope of Work in order to bid effectively, prior to submission of their proposal. The lodging and conference meeting rooms are required to be at the same location. Individual calls placed to the BPA shall not be greater than $25,000(excluding the cost of lodging rooms). When establishing the BPA, the Government will consider vendors whose pricing and technical capability to meet the requirement will be in the best interest of the Government. Vendors should provide adequate details in the proposal including capacity, price, and description of the following items: 1.Number of conference meeting rooms, dimensions and capacities; 2.Number of meeting rooms that can be utilized as child care rooms, dimensions and capacities; 3.Number of lodging rooms that are offered at or below the Government per diem rate; 4. Amenities available with lodging rooms; 5.Audio visual equipment available; 6. Catering services available (refer to Scope of Work for meal requirements). The Government will award the BPA resulting from this solicitation to the responsible vendor whose offer conforms to this solicitation, and is the most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate proposals: Price & technical capability. The following FAR provisions and clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items (The following factors will be used to evaluate proposals: Price & technical capability. Technical capability and past performance when combined, are approximately equal to price.); 52.212-3 ALT I Offeror Representations and Certifications-Commercial Items; 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; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference; DFAR 252.201-7000 Contracting Officers Representative; DFAR 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFAR 252.204-7004 Alternate A; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; DFAR 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFAR 252.232-7010 Levies on Contract Payments; DFAR 252.225-7035 Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate; FAR 52.204-4 Printed or Copied-Double Sided on Recycled Paper; FAR 52.233-2 Service of Protest; DFAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFAR 252.225-7020 Trade Agreements Certificate; DFAR 252.225-7021 Trade Agreements; FAR 52.211-16 Variation in Quantity. All vendors must be registered in the Central Contractor Registration (CCR). Simplified acquisition procedures will be used. Proposals are due by 10:00 am AST on Friday, 27 January, 2012, and may be e-mailed to 176msg.msc@elmendorf.af.mil. The point of contact for this solicitation is SMSgt Craig Wood (907-551-0246) or MSgt Curt Fruend (907-551-0245).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA51-1/W91ZRU-12-T-0003/listing.html)
 
Place of Performance
Address: Anchorage AK 99506, Anchorage, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02642691-W 20111222/111220234602-47998718826708e37b1623d9d890d320 (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.