Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2013 FBO #4075
MODIFICATION

V -- February 2013 PreDeployment Yellow Ribbon Event

Notice Date
1/18/2013
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USPFO for Massachusetts, 50 Maple Street, Milford, MA 01757-3604
 
ZIP Code
01757-3604
 
Solicitation Number
W912SV-13-T-0004
 
Response Due
1/25/2013
 
Archive Date
3/19/2013
 
Point of Contact
Margaret Leslie Sullivan, 508-233-6670
 
E-Mail Address
USPFO for Massachusetts
(margaret.l.sullivan2.ctr@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
** Modification on 1/18/2013 to decrease lodging requirement on Saturday from 15 to zero. Lodging accomodations are not needed on Saturday, February 9, 2013. 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 small business set aside for Naics code 721110 with a business size of $30.0M. Statement of Work for Friday, February 8 - Saturday, February 9, 2013 to conduct a Deployment Cycle Support-Yellow Ribbon Event. This requirement is for a Yellow Ribbon Event (which requires lodging, meals and meeting rooms for briefings) with an anticipated participation of 150 guests on Saturday, February 9, 2013. Guests will be arriving on Friday, February 8, 2013 with events to commence Saturday from 9:00 am and continue until 4:30 pm. All conference space must be available for exclusive use Saturday, February 9, 2013 from 6:30 am-4:30 pm through qualified establishments shall be located within a 40 mile radius of Framingham/Wellesley, Massachusetts. Establishments who do not provide a proposal based on receipt and review of this statement of work will be deemed non-responsive. The Statement of Work is as follows: STATEMENT OF WORK (SOW) I. BACKGROUND A. The contractor shall, except as specified in this Statement of Work (SOW) as government furnished property or services, provide all personnel, supervision, and any items and services necessary to provide 5 sleeping rooms on Friday, February 8, 2013; meeting space and catered meals starting Saturday, February 9, 2013, to the Massachusetts Army National Guard, as defined in this SOW. II. SCOPE OF WORK CLIN 0001. CONFERENCE SPACE REQUIREMENTS: Contractor shall provide the following Conference Space Requirements: Rooms shall include tables (rounds - for General Sessions; round style for Lunch Sessions) and chairs (cushioned) with adequate trash receptacles to accommodate number of persons estimated for each type of room required, rooms will be adjoin to allow for an uninterrupted transition between activities; Price for rooms shall be inclusive of all applicable service charges. Required room sizes are as follows: 1. One (1) Ballroom style room (General session/Lunch session), set up round style tables, and cushioned chairs to accommodate 150 people. 2. Five (4) Briefing rooms (Break Out sessions), set up with conference style tables, and cushioned chairs to accommodate 50-75 people each. 3. One (1) Large room (or area) set up as quote mark Information Fair quote mark for Resource Providers, set up with (30) six-foot (6ft) long rectangular tables(skinnies), skirting, minimum of two (2) and cushioned chairs. 5. Two (2) Child Care rooms able to accommodate 15 children with the following age groups: (0-4), (5-12). Rooms must be located within easy access distance to restrooms for child care supervision/escort. Set up with round tables and cushioned chairs to accommodate number of children and supervisors/escorts. Rooms to be utilized for activities related to each group; specific numbers within each age group will be coordinated prior to event by the government point of contact and hotel management event planner. 6.Two (2) Private Consultation type rooms able to accommodate 6-8 people. Set up should be in a private setting, comfortable set-up with table and 5 chairs and/or couch or similar set up. (Internet access is needed in (2) rooms with three (3) connections (wireless preferred). CLIN 0002. AUDIO/VISUAL REQUIREMENTS: Contractor shall provide the following additional Room requirements/services: 1. Ballroom (CLIN 0001 (1 -General Session): One (1) Podium, (1) size appropriate riser, One (1) 10' X 10' screen{or 1 size appropriate to ballroom} to include projectors & required electrical items including a microphone. 2. Briefing Rooms (CLIN 0001 Four (4) Break Out sessions): Four (4) size-appropriate screens with projectors & required electrical items to include microphones. CLIN 0003. SUBSISTANCE REQUIREMENTS: Contractor shall provide the following Meals and service: Breakfast meal (Saturday) will be provided in Ballroom in the following manner 150 adult 15 children Lunch (Saturday) will be provided in Ballroom in the following manner 150 adult 15 children 1 Breakfast Requirements: Menu should resemble the following content: pastries/danish, bagels, fresh fruit, coffee, and milk, include amenities such as: cream cheese, jams and jellies, etc., food items will remain available until consumed. Clearly specify serving quantities). Price shall be inclusive of all applicable service charges. NOTE: Price of breakfast meal must not exceed the Difference of the Local Government Per Diem Rate and the Proportional Meal rate for event location. Serving timeframe shall be from 7:30 a.m. to 10:30 a.m on Saturday 2.Lunch NOTE: Price of lunch meal must not exceed the Difference of the Local Government Per Diem Rate and the Proportional Meal rate for event location. Price shall be inclusive of all applicable service charges. a.Plated menu should resemble the following: chicken lunch entr e, vegetables, starches, salad, and assorted desserts; children's menus should resemble: chicken tenders and fries. b.Specific menu, based on proposed choices, will be determined within seventy-two (72) hours of event by government and hotel event point of contacts. Menus agreed upon will not exceed the proposed pricing. c.Serving time(s) is to be determined will be determined by government and hotel catering event point of contacts. 3.Contractor will furnish all food items, cooked, and delivered to the areas and designated times as identified by catering manager and government event point of contact in accordance with this SOW. 4.Contractor shall provide full service catering to include setting up, plates, napkins, silverware, glasses / cups, clean up equipment to keep food hot/cold and removal of all trash. 6.Contractor shall provide water stations in each room and will be available all day and replenished (up to 8 hours) as necessary. 5.NOTE: Children will eat meals (lunch) with their families. CLIN 0004. GUEST ROOMS: Contractor shall provide a total of 20 sleeping rooms: 1.GUEST ROOMS: 5 sleeping rooms on Friday February 8, 2013 a)2 double beds b)3 queen beds CLIN 0005. MISCELLANEOUS EVENT ADMINISTRATIVE COSTS otherwise not identified in the above CLINS for event space, technical and other requirements. Additional Contractor Requirements: 1.No Contractual Changes can be made without the acknowledgement of a Contracting Officer. 2.Hotel will not be undergoing renovations during conference dates. 3.Contractor agrees to allow the government to provide child care services for the Service Members family by separate contract in the child care areas. 4.Contractor shall provide a single point of contact prior to each event for obtaining menus, finalizing meal counts, etc. In addition, contract shall provide and on-site point of contact during each event. This individual shall have the authority to bind the contractor should changes be required by the contracting officer. 5.Contractor will allow conference pre-function set up twelve (12) hours before the event. Government point of contact / Contractor staff will conduct a walk through (review) with the convention staff to allow for non-cost changes as necessary. 6.Contractors facilities must meet minimum standards for federal (FEMA-approved as found on website http://www.usfa.dhs.gov/applications/hotel/ ), state (Massachusetts) and local governments as well as industry standards for health, safety, and welfare occupants. Government officials will personally visit establishments being considered for contract. 7.Proposal Instructions: Please submit your quote on Letterhead with your Tax ID#, CAGE Code, Duns# and Point of Contact on the cover page. Please also submit your proposal in writing following the format of the Statement of Work as well as filling out the attached Quote Form tab only as a separate document NLT 1500, Friday, 25 January 2013 EST to margaret.l.sullivan2.ctr@mail.mil. Questions should be submitted in writing to Margaret by email NLT 1500 EST, Friday, 18 January 2013. Questions and answers will be posted on FEDBIZOPS NLT 1500 EST, Monday, 21 January 2013. 8.**We do not accept proposals from a third party conference planner. Each hotel must submit an individual proposal. **It is a Government requirement to have an approved registration in the System of Award Management (SAM) before the event begins to be eligible for award. (END OF STATEMENT OF WORK) EVALUATION FACTORS: The contract type for this procurement will be a firm-fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Offerors capability to provide a quality service and facility that meets the Government's needs; (2) Past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) Total cost or price. Note on Price Evaluation factor: Prices for food, inclusive of all service fees shall not exceed the Difference of the Local Government Per Diem rate and the Proportional Meal rate. Prices for lodging shall not exceed the per diem rate for the location of the hotel and applicable time of year. There are a few steps to determine maximum allowable meal charges, again to be inclusive of all service charges and fees. Step 1: Go to http://www.defensetravel.osd.mil/dts/site/index.jsp The Defense Travel System web page. Step 2: Click on the blue DTMO Website tab located in the upper left corner of the web page. Step 3: Click on the Per Diem Rates Tool on the right-hand side of the screen Step 4: You should be in the Per Diem Rates Query; in the Contiguous United States box chose quote mark Massachusetts quote mark from the dropdown menu and check the box to include all cities and towns and Uncheck include military installations. i.e. Falmouth County has a max lodging of $98.00 and Local meals of $51.00, Proportional meals of $38.25...so the $51 - $38.25 = $12.75 that is my allowable contractable meals per day including service charges. As a reminder we are tax exempt and will provide an ST-2 and ST-5 before the event. We understand this is difficult, please always give your best and final pricing; you may not be given a chance to adjust your proposals. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at http://farsite.hill.af.mil/vffara.htm and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/VFDFARA.HTM. The clauses are to remain in full force in any resultant contract. FAR clauses 52.204-99DEVSystem for Award Management Registration (SAM) 52.212-4Contract terms and conditions-commercial items 52.212-5 DEVContract terms and conditions required to implement statutes or Executive Orders 52.219-28Post-Award Small Business Program Representation 52.222-3Convict Labor 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-36Affirmative Action for Workers with Disabilities (applicable over $15,000) 52.222-41Service Contract Act of 1965 (services only) 52.222-42Statement of Equivalent Rates for Federal Hires (services only) 52.222-50Combating Trafficking in Persons 52.223-18Contractor Policy to Ban Text Messaging While Driving 52.225-13Restrictions on Certain Foreign Purchases 52.232-34Submission of Electronic Funds Transfer- Other than Central Contractor Registration 52.232-99DEVProviding Accelerated Payment to Small Business Subcontractors 52.233-3Protest After Award 52.233-4Applicable Law for Breach of Contract 52.252-2Clauses Incorporated by Reference 52.252-6Authorized Deviations in Clauses DFAR clauses 252.203-7000Requirements relating to Compensation of Former DoD officials 252.203-7002Requirement to Inform Employees of Whistleblower Rights 252.212-7001Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial items 252.232-7003Electronic Submission of Payment Request and Receiving Reports 252.232-7010Levies on Contract payments 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel 252.247-7023 Alt.III Transportation of Supplies by Sea
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19/W912SV-13-T-0004/listing.html)
 
Place of Performance
Address: USPFO for Massachusetts 50 Maple Street, Milford MA
Zip Code: 01757-3604
 
Record
SN02968673-W 20130120/130118234244-3b4b668d90a0898d7cabe25d20ab8fd1 (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.