Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2013 FBO #4108
SOLICITATION NOTICE

V -- 260th ENG and 484th MP

Notice Date
2/20/2013
 
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-13-T-0009
 
Response Due
3/7/2013
 
Archive Date
4/21/2013
 
Point of Contact
Christopher C. Lende, 406-324-3411
 
E-Mail Address
USPFO for Montana
(christopher.lende@us.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 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 NAICS Code is 721110 and the size standard is $7.0 million. Statement of Work for Yellow Ribbon 30 Day Post Deployment 1:SCOPE OF WORK Montana Army National Guard plans to host a Yellow Ribbon event for soldiers of the 260th Engineers and the 484th Military Police. 2:LOCATION Billings, MT 3:DATE 18-19 May 2013 4:HOTEL REQUIREMENTS: 4.1 Must have full service facilities, to include dining and catering capabilities. 4.2 Hotel will provide the required support services, to include lodging, food service and conference space with audio visual capabilities. 4.3 All tables i.e. registration and vendor display tables shall be inclusive. 4.4 Hotel will not be undergoing renovations during conference dates. 5:YELLOW RIBBON REQUIRED HOTEL SERVICES: 5.1 Hotel Rooms will be needed for all participants. 5.2 Forty (40) rooms estimated for Saturday night only, preferably double queen. 5.3 One Hundred Forty Five (145) rooms estimated for Friday and Saturday nights, preferably double queen. 5.4 Accommodations available for physically handicapped if needed. 5.5 Requested Check in / checkout times: 5.5.1 Friday 3:00pm check-in for those staying two nights 5.5.2 Saturday Noon check-in for those staying one night 5.5.3 Sunday 1:00pm check-out for all 5.6 Hotel rooming list will be supplied no later than one (1) week prior to event with final list furnished no later than three (3) days prior to the event 6:CONFERENCE ROOMS AND AUDIO VISUAL 6.1 For Friday night, access to conference room for pre event setup/storage is requested but not required. 6.2 This conference room should be the one used for meeting purposes for adults attending the event for the remainder of the weekend. 6.3 Sign in / Registration area located in visible area near conference space which will require three (3) tables with no linen 6.4 The following will be required for Conference Rooms Saturday and Sunday 6.4.1 Two (2) Large Conference rooms aPodium/lectern with handheld microphone bAudio support package with fixed or portable screen to show power point slides/video. The ability to connect audio from a laptop through hotel audio system is needed. Yellow Ribbon will provide laptops and projectors. cTwo (2) support tables for additional materials inside each Conference Room dHalf rounds seating six (6) each table is needed in each room. One (1) conference room will need to seat aprox. three hundred fifty (350) and the other two hundred sixty (260) 6.4.2 Four (4) Smaller Conference rooms aPodium/lectern with handheld microphone bAudio support package with fixed or portable screen to show power point slides/video. The ability to connect audio from a laptop through hotel audio system is needed. Yellow Ribbon will provide laptops and projectors. cEach of these conference rooms will need to seat a minimum of one hundred twenty (120) preferably in classroom style seating. 6.4.3 Four (4) Conference Rooms for child / youth care aThese rooms should be near each other bThree tables with seating per room (used for activities and meals) in each room. cOne of the rooms will require all plug ins be covered dRooms should be located near restrooms 6.4.4 Two (2) small conference or boardrooms aSeating for a minimum of 8-10 individuals required bOne table minimum cRoom must not be located near outside noise 6.4.5 Vendor Networking Space aSpace for 45 estimated vendor tables bTables will not need linen, this will be provided by the vendor or the Yellow Ribbon Program cEach table will require 1 chair 7:FOOD SERVICES/CATERING 7.1 The following meals will be required 7.1.1 Adult Lunch on Saturday 18 May - serving time TBD aBuffett Style meal in or near the large conference room bMeal price should include beverages and dessert cAdult Lunch meal count is estimated at six hundred fifty (650) dMeal will be split between two (2) large conference rooms 7.1.2 Children's (ages 0-5) Lunch on Saturday 18 May- serving time TBD aChild friendly food required bMeal price should include beverages and dessert cChildren's Lunch meal count is estimated at sixty (60) 7.1.3 Breakfast on Sunday 19 May - serving time TBD aBreakfast meal included in cost of lodging is acceptable. bIf breakfast is not included, buffet style meal will need to be set in or near the large conference room cMeal should include hot and cold breakfast items dBreakfast meal count is estimated at six hundred fifty (650) eMeal will be split between two (2) large conference rooms fVoucher or meal included in stay acceptable 7.2 Total number of attendees estimated for the event is six hundred fifty (650) adults, forty (40) youth (ages 6-17) and forty (40) children. Final numbers will be provided no later than 72 hours prior with a tentative count provided ten (10) business days before the event. 7.3 Gratuity is not authorized to be paid as a separate cost from the meal price 8:MENU 8.1 Hotel should provide menu with estimated cost that takes into consideration the following factors: nutrition, suitability for mixed population of adults, and ability to respond to special dietary requirements. A variety of hot and cold drinks should be offered with each meal 8.2 Water should be available in the conference rooms at all times when in use 9:ADDITIONAL REQUIREMENTS 9.1 All parking fees shall be inclusive in rate of room 9.2 Group rate for lodging is requested to be available to attendees two (2) days before and after event if they choose to extend their stay 9.3 The attendee /traveler/ service member who reserves a room for the event will be responsible for all incidental expenses, room service, telephone calls, movie and game rentals, restaurant invoices, etc. These costs will be the sole responsibility of the individual attendee, and shall be billed to the individual's personal credit card account provided during check-in 9.4 Rooms for facilitators and support staff will be available at the per diem rate and will be paid for by their government or personal credit card. These rooms will not be included in the master bill. 10:TOUR OF SITE AND EVENT COORDINATION 10.1 A site/event planning visit will be conducted at a date to be determined. 10.2 Further information may be obtained from 1LT Tim Inskeep, Yellow Ribbon Program Manager at 406-324-3985 or SSG Gordon Dellwo, Yellow Ribbon Event Coordinator at 406-324-3985. 11:PAST PERFORMANCE 11.1 Past performance is a measure of the degree to which an Offeror, as an organization, has in the past three (3) years satisfied its customers, and efficiently and effectively managed their contracts, on projects of similar scope and magnitude. Past performance history shall be used in determining an offeror's technical acceptability. An offeror's past performance will be assessed on a pass/fail rating based on information supplied by the offeror or other sources available to the Government. The Government reserves the right and may send a past performance survey to one or more customers of the offerors. The results will be utilized to determine the offeror's rating on past projects with Government or other customers. An Offeror with no relevant performance history or for whom information on past performance is not available will receive a neutral rating. A neutral rating will be evaluated as a pass for the purposes of determining technical acceptability. In the investigation of an Offeror's past performance, the Government has the right to contact former customers, government agencies, and other private and public sources of information. Offerors must either provide the below information or affirmatively state that it possesses no relevant, directly related, or similar past performance. 11.2 The Offeror shall provide up to three (3) relevant projects or contracts that include the following information: aGovernment Agency/Company who awarded the contract bContract Number cContract Value dPeriod of Performance ePlace of Performance fCurrent POC with current email address and phone number 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. Other factors considered will be the vendor's past performance. Offerors shall ensure that the above factors are listed in their proposals. If past performance from Offerors meets our requirements, price will be the determining factor. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.204-7 Central Contractor Registration FEB 2012 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FEB 2012 52.209-6 Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.212-1 Instructions to Offerors - Commercial Items JUN 2008 52.212-2 Evaluation - Commercial Items (JAN 1999) 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (Nov 2011) Alternate I APR 2011 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) APR 2012 52.219-1 Small Business Program Representations (APR 2012) - ALTERNATE I (APR 2011) 52.219-6 Notice Of Total Small Business Set-Aside NOV 2011 52.219-28 Post-Award Small Business Program Representation APR 2009 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.222-41 Service Contract Act of 1965 NOV 2007 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.237-1 Site Visit. APR 1984 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. APR 1984 52.243-1 Changes--Fixed Price AUG 1987 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) DEC 2010 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials APR 2012 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. Offers may be submitted electronically or by hard copy to the USPFO for Montana, ATTN: CPT Lende, Purchasing and Contracting, 1956 Mt Majo Street, Post Office Box 4789, Fort Harrison, Montana 59636-4789, no later than March 7, 2013 by 4:00 P.M. Mountain Standard Time. If you have any questions, please contact CPT Chris Lende at 406-324-3411 or email christopher.c.lende.mil@mail.mil Please refer to attached SOW.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24/W9124V-13-T-0009/listing.html)
 
Place of Performance
Address: USPFO for Montana P.O. Box 4789, Helena MT
Zip Code: 59604-4789
 
Record
SN02991821-W 20130222/130220234921-9150dca1ffd1fd41bd67924a18fe579c (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.