Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2011 FBO #3681
SOLICITATION NOTICE

V -- Yellow Ribbon 30 day Pre Deployment Event

Notice Date
12/21/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
 
ZIP Code
59604-4789
 
Solicitation Number
W9124V-12-T-0003
 
Response Due
1/1/2012
 
Archive Date
3/1/2012
 
Point of Contact
John G. Nolan, 406-324-3407
 
E-Mail Address
USPFO for Montana
(john.g.nolan@ng.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. Combined Synopsis/Solicitation Added: May 06, 2011 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 FAR 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 W9124V-12-T-0003 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-42. The associated NAICS code is 721110, unrestricted. COMMERCIAL ITEM DESCRIPTION: The USPFO for Montana has a requirement for multiple conference rooms, meals, wireless internet, and audio video equipment for a Yellow Ribbon event. Statement of Work for 11th -12th February 2012 Yellow Ribbon Pre-Deployment Event 1.A Yellow Ribbon Pre-Deployment Event is scheduled for February 11th and 12th for the 484 MP. The event must take place in Billings. 2. Total number of hotel rooms needed for the event is estimated at 70 rooms for February 11th and 140 rooms for February 12th. Preference would be a hotel facility that can host both the overnight rooms and the conference rooms to decrease risks and logistics of getting all families from their rooms to the conference. 3. The event will need a total of 7 rooms with the requirements for each room listed below: 1.One Large Conference Room - This room needs to be large enough to comfortably seat 360. This room also needs to be setup with A/V capabilities (preferably wireless hand microphones and not lapels), 2 large screens, a podium, and both the American and Montana Flag. On Saturday, February 11th only, this room will need to be able to be broken down into three separate rooms in the afternoon, so the venues ballroom would be preferable. These rooms need to comfortably seat up to 120 people per room and will also need a screen, A/V, and a podium. Please call Lt Timblin at 324-3986 for clarification on this if needed. 2.Vendor and Break Room - We will need 20 tables setup for the vendor area (no linens are needed, YRP will provide these. This can also be setup in a lobby area if a conference room is not available). A water station will need to also be setup in the vendor area. 3.Youth Room - This last room needs at least 4 to 5 rectangular tables setup around the edges of the room with outlet access and 2 to 3 round tables in the middle of the room somewhere. Linens are not required for the youth room (YRP will provide these). There needs to be enough floor area left open for floor activities and for the youth to move around. 4.Counseling Room - The event will need 1 board room or smaller meeting room. This room will be used for an on-site counseling room. This room will need a water bar available. This room will only have up to 3 people at a time using it. 5.Daycare Rooms - The event will need 2 board style rooms or smaller meeting rooms for the daycare area. These rooms cannot be sleeping rooms with beds. If sleeping rooms will need to be used, beds must be removed. These two rooms will be used for small children and infants. The two rooms for the children need to be close to restrooms. These rooms must have all outlets covered. Water will also need to be provided in these two rooms (preferably with plastic or Styrofoam cups and not glass). The children's lunch and snack bar listed below will also need to be provided in one of these rooms. Please ensure that one of these rooms has a table setup for children to eat at. 6.Registration Room / Area - The event will need a registration area. This can be setup in front of the main conference room. Five tables are requested with 10 chairs. Linens are not needed (YRP will supply these). 4. The event will need a taco bar/ pasta style lunch buffet for 395 people on Saturday at 1100 in or close to the event conference room, coffee & water bars set-up in the main conference room by1030 and maintained throughout the day. A snack bar will need to be set-up in the main conference room at 1500 on the 11th only. Please also have a child friendly lunch setup in the daycare room for 30 at 1130 with juice or milk and a snack bar setup at 1500 and a snack bar again on the 12th at 1030. Water needs to also be setup both days in the Youth rooms as well along with a snack bar on the 11th at 1500 and on the 12th at 1030. Water and coffee bars need to be setup again in the main conference room on February 12th from 0830 and maintained up to 1200. C. Counseling Room- This will be a private room large enough for three people to have discussions in private and will need to be available from Friday evening through 1300 Sunday. D. Youth Rooms - two rooms large enough for 25 children ages 6 to 17 available from 0900 Saturday through 1300 Sunday. E. Day Care Rooms - two rooms large enough for 25 children from infancy to 6 years old. These rooms will not have beds. They will be located close to restrooms and be set up with water or water bar available. All electrical outlets will be covered. No glass cups or glassware of any kind will be used. Styrofoam or plastic cups will be provided for drinking. One of the two rooms will be set up for the children to sit down and eat. The rooms will be available from 0900 Saturday through 1300 Sunday. F. Registration Area - Area with eight tables and two chairs each. (no linens needed) and available from 0900 Saturday - 1300 Sunday. Catering: A. buffet style service for 375 people on Saturday at 11:00 in or close to the conference room/s Fruit and snack bar in main conference room at 1500 on Saturday and 10:30 Sunday. Daycare room, child appropriate lunch on Saturday, and Sunday water,juice,milk and snack at 15:00. Youth Room will pick up lunch on Saturday from Buffet with their parents and have a snack/fruit bar available at 15:00 on Saturday. All rooms will have a water bar available continuously. Adult meeting areas should also provide coffee from 10:30 to 13:00. Proposal shall include a detailed description, map or layout of the facility's conference rooms including dimensions and illustrate how they conform to the statement of work. ******Proposal shall include a detailed description, map or layout of the facility's conference rooms including dimensions and illustrate how they conform to the statement of work. ************ All offerors must be central contractor registered prior to award to be considered responsive for this proposal. Awardee will submit ALL INVOICING through Wide Area Work Flow (WAWF). Awardee will be provided instructions upon award of how to submit these electronic invoices and receiving documents. Proposals are due 1 January 2012 to the attention of John G. Nolan. e-mail your response to john.g.nolan@us.army.mil. All questions must be submitted in writing by e-mail listed above no later than 12/23/11 3:00 P. M. 52.212-2 Evaluation-Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: i) technical capability. If offers are found to be technically equivalent, Price will be the determining factor. (c) 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 offer's 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. (End of provision) A description of the equipment quoted is required. CONTRACTORS MUST COMPLY WITH DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 2000). CONTRACTOR CAN ACCESS THIS CLAUSE BY INTERNET URL: http://farsite.hill.af.mil/ TO REGISTER, GO TO URL: http://www.ccr.gov/. Upon request, the Contracting Officer will make the full text available of the following provisions and clauses that apply: 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text and will be incorporated into the resulting contract. FAR 52.204-4, Printed or Copied-Double Sided on Recycled Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations of Subcontracting; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.212-1, Instructions to Offerors,. FAR 52.212-3 (Alt 1), Offerers Representations and Certifications, Commercial Items (offerors shall include a completed copy as part of their quote). A copy of the Offerors Representations and Certifications may be obtained from the plans section of (www.nationalguardcontracting.org). FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 ALT A, Required Central Contract Registration, Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION) (Full text available at (http://farsite.hill.af.mil); Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. The following clauses are incorporated by reference: 52.203-3, Gratuities, 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.219.1 (Alt II), Small Business Program Representation; 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.233-3 Protest After Award; 52.222-37, Employment Reports On Special Disabled Veterans; 52.222-3, Convict Labor; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.252-2, Clauses Incorporated by Reference, This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: (http://farsite.hill.af.mil); 52.252-6, Authorized Deviations in Clauses; 252.225-7001, Buy American Act Balance of Payment; 252.225-7000, Buy American Act Balance of Payment; 252.225-7036, Buy American Act-NAFTA; 252.232-7003, Requests for Equitable Adjustments; 252.212-7000, Offer representations and Certifications-Commercial Items (Posted at website); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) (full text available at http://farsite.hill.af.mil); 252.225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.247-7022, Representation of extent of transportation by sea; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Contracting Office Address: USPFO for Montana Place of Performance: Billings, Montana Point of Contact(s): John G. Nolan, john.g.nolan@us.army.mil, 406-324-3407
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24/W9124V-12-T-0003/listing.html)
 
Place of Performance
Address: USPFO for Montana P.O. Box 4789, Helena MT
Zip Code: 59604-4789
 
Record
SN02643680-W 20111223/111221234829-64850a4da950d62da1ef2f72dcd05b1d (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.