Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2012 FBO #4038
SOLICITATION NOTICE

V -- Conference Space and Lodging Family Conference WIARNG

Notice Date
12/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USPFO for Wisconsin, 1 Williams Street, Camp Douglas, WI 54618-5002
 
ZIP Code
54618-5002
 
Solicitation Number
W912J2-13-T-0002
 
Response Due
1/14/2013
 
Archive Date
2/10/2013
 
Point of Contact
Lisa Braund, 608-427-7274
 
E-Mail Address
USPFO for Wisconsin
(lisa.braund@ng.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as applicable, and 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-53. The solicitation number is [W912J2-13-T-0002] and is issued as a Request for Quotes (RFQ), unless otherwise indicated herein. The associated North American Industrial Classification System (NAICS) code for this procurement is [721110] with a small business size standard of [$30.M.] This requirement is set aside 100% for small business and qualified offerors may submit quotes. Only qualified offerors registered in SAM and ORCA under this NAICS Code will be considered for this RFP. The solicitation will start on the date this solicitation is posted and will end on 14 January 2013 4:00 p.m. Central Standard Time. The Wisconsin National Guard (WING) Family Conference, will be procured using Appropriated Federal Funds and a contract will be issued (subject to the availability of funds) through this office (USPFO for Wisconsin). Please see Statement of Work (SOW) attached for the Family Program Conference in order to prepare a quote. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to provide Lodging, Conference Space, and Meals in the Greater Appleton, Wisconsin area. Period of performance is 19 - 21 April 2013. The hotel facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12101 et. Seq.). Additionally, the set up for conference, Breakout and Dining rooms shall comply with the Americans with Disability Act (ADA) for ease of mobility. There shall not be any hampered movements in aisle, walkways, and other egresses for equipment such as walkers, wheelchairs and etc. The Government is not responsible for room service charges, long distance phone charges, internet service charges, or movie rental charges. The government will only pay for rooms actually used. Government per Diem rates will be adhered to for rooms provided by the contractor. http://www.defensetravel.dod.mil/site/perdiem.cfm THE FEDERAL GOVERNMENT IS TAX EXEMPT. If an offer is based on a teaming/partnering relationship, the offeror shall provide with its quote, all required solicitation information for all parties including a copy of the agreement with the hotel, SIGNED BY BOTH PARTIES, on official hotel letterhead, and include information which identifies the responsibilities for each entity under this purchase order. The agreement shall demonstrate the existence of a relationship between firms and their agreement to provide the services required under this acquisition. If at any time during the acquisition process, the hotel becomes unavailable as proposed, any replacement agreement with a different hotel shall be submitted to the Government for consideration and approval. IF Hotel name and teaming agreement are not provided by the close of RFQ, the quote will not be considered. The following provisions and clauses are applicable to this acquisition: FAR Provisions 52.212-1, 52.212-3 Alt I, and 52.252-1. FAR Provision 52.212-1 is amended as follows: Delete paragraph (d) Product Samples. FAR provisions 52.212-3, including Alt I shall be completed and returned with your offer. 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 52.252-1 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 Clauses 52.212-4, 52.212-5, 52.219-6, 52.232-18, 52.252-2 and DFARS Clauses 252.204-7003 and 252.212-7001. FAR clause 52.212-4 is amended as follows: add after paragraph (g) (2) the following: Invoices are to be submitted via Wide Area Workflow (WAWF). Delete paragraphs (h) Patent indemnity, (j) Risk of loss, and (n) Title. The following clauses included in 52.212-5 are applicable: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 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 contractor's response to FAR Provision 52.222-52 (included in FAR Provision 52.212-3 Alt I). The following clauses included in 252.212-7001 are applicable: 252.225-7001, 252.232-7003 and 252.247-7023 Alt III. In accordance with 52.212-2, Evaluation--Commercial Items - Subject to the availability of funds, the Government will award a Firm Fixed Price (FFP) contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Your pricing schedule must clearly annotate pricing or the words quote mark not separately priced quote mark or quote mark no cost quote mark for each requirement identified in the attached Family Conference SOW. The final quoted price(s), both total and individual, MUST include all applicable fees, gratuities, commissions, service charges, etc...NO EXCEPTIONS. Award will be made to the lowest price quote determined to be technically acceptable. To be determined technically acceptable, the following minimum requirements must be met: (1) the quote must provide for all services, lodging, conference space, support equipment and furnishings. (2) All lodging rooms and conference space must be located in the same facility or within short walking distance to the conference space. (3) The hotel facility proposed must provide guest informational service (i.e. front desk attendant, concierge service, etc.) 24 hours a day, (4) The hotel facility proposed must have on-site parking, or if off-site, hotel must provide valet services. (5) The hotel facility proposed must be located in the Greater Appleton, WI Area. (6) The hotel facility proposed must have at least one full service restaurant on site or have a full service restaurant (fast food restaurant is not acceptable) located within one-quarter mile of the hotel. (7) The hotel facility proposed must be FEMA approved. For minimum requirement (8), the facility's FEMA number will be verified on http://www.usfa.fema.gov/applications/hotel Offerors must provide a fact sheet which addresses each minimum requirement. Any remarks, explanations, answers provided by any other Government representative shall not change or qualify any of the terms or conditions of the solicitation or any resultant contract. The solicitation shall only be changed by a written amendment issued by the USPFO for Wisconsin Contracting Office. All questions shall be submitted in writing and received prior to 8:00 a.m. Central Standard Time, December 28th, 2013. Questions can be sent via email, lisa.braund@us.army.mil or fax 608.427.7279. Quotes are due not later than 14 January 2013, 4:00 p.m. Central Standard Time. Quotes may be faxed to 608.427.7279, Attn: Lisa Braund, or emailed to lisa.braund@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-13-T-0002/listing.html)
 
Place of Performance
Address: USPFO for Wisconsin 1 Williams Street, Camp Douglas WI
Zip Code: 54618-5002
 
Record
SN02947386-W 20121214/121212234639-6b6170dbd66443d7f8d3f30de7be548b (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.