Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2013 FBO #4276
SOLICITATION NOTICE

X -- Lodging, Meals and Meeting Space for ND National Guard Family and Youth Symposium

Notice Date
8/7/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USPFO for North Dakota, P.O. Box 5511, Bismarck, ND 58502-5511
 
ZIP Code
58502-5511
 
Solicitation Number
W901UZ10326951
 
Response Due
8/23/2013
 
Archive Date
10/6/2013
 
Point of Contact
Jeffrey B. Strange, 701-333-2222
 
E-Mail Address
USPFO for North Dakota
(jeffrey.b.strange.civ@mail.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. 1. This is a combined synopsis/solicitation for hotel rooms, meeting space, and meals, in support of North Dakota National Guard Family & Youth Symposium, prepared in accordance with the format in Subpart 12.6, as supplemented with Request for Quote and Statement of Objective included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, W901UZ10326951, is being issued as a request for quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-67. The contractor shall provide all plant, labor, materials, and transportation necessary to provide hotel rooms, meeting rooms and meals to North Dakota National Guard soldiers and families, 7-9 March 2014 as specified in the attached Request for Quote. The specific requirements are explained on the attached Request for Quote; please follow the instructions thereon for submission of offers. 2. The provisions at 52.212-2, Evaluation-Commercial Items apply. Only one quote per offeror will be considered. If you wish to offer a quote, please quote all items that your establishment will be able to support. In the event that no one vendor can provide all of the space or meals required, the Government may make more than one award to support the event. Please note that, should not all facilities/services be available at any one establishment, it is the Government's preference that all youth and daycare events be held at the same location as the hotel rooms. The Government will award to the responsible offeror(s) whose offer(s), conforming to the request for quote, will be most advantageous to the Government (price and other factors considered). The following factors shall be used to evaluate offers: price, availability of rooms, and menu. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The Contracting Officer will evaluate offers on the basis of information furnished by the quote or identified in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. The Government reserves the right to accept or reject any offer, or any part of an offer. All late quotes will be rejected. 3. Third party offerors shall include the additional information requested in the following lettered paragraphs (a through c). Failure to provide this information with any quote may deem the quote to be technically unacceptable and/or non-responsive. a. A separate document describing the technical approach for the offerors services as a prime contractor. The technical approach must state that a representative from the third party will be available full-time during the inclusive dates of the requirement. The technical approach must include the third party representative's name and contact information; and b. A copy of a signed written agreement between the third party offeror and hotel/food service vendor(s) (who has the authority of the hotel/food service vendor) which states that the third party has been given the authority to propose a quote for the stated hotel/food service vendor. The agreement must state the required period of performance and that the caterer has the ability to perform for the stated period of performance. This agreement must not be dated before the date of this solicitation and no later than the offer due date; and c. A copy of all insurance(s) (standard business, liability, extraordinary insurances) must be submitted with the offerors technical proposal for evaluation purposes. 4. 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. The Government may make additions or deletions to the number of meals and/or hotel rooms required during the contract period in accordance with the date required for final submission of numbers; the Government will not be liable for any hotel rooms and/or meals cancelled prior to the date specified in the contract for submission of numbers. 5. The Federal Government is tax exempt. 6. The provisions and clauses listed below are applicable to this solicitation: FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards, 52.204-99 System for Award Management Registration (DEV), FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-52 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Certification, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-25 Prompt Payment, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.232-36 Payment by Third party, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies, DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7002 Requirements to Inform Employee of Whistleblower Rights, DFARS 252.204-7004 Alt A Central Contractor Registration, DFARS 252.209-7995, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law, DFARS 252-225-7000 Buy American Act- Balance of Payments Program Certificate, DFARS 252.225-7001 Buy American Act and Balance of payments Program, DFARS 252-232-7010 Levies on Contract Payments, DFARS 252.225-7035 Buy American Act- Free Trade Agreements-Balance of Payments Program Certificate, DFARS 252.225-7036 Buy American Act- Free Trade Agreements- Balance of Payments program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 7. Any award made pursuant to this solicitation is subject to the availability of funding. This event will take place in Fiscal Year 2014, and funds are not projected to be available until on or after 1 October 2013. If any purchase order is awarded based on the offers received, it will not be issued until on or after 1 October 2013. 8. All offerors must be registered in the System for Award Management (SAM) on-line database. Lack of registration will make an offeror ineligible for award. Registration information can be found at www.sam.gov. Offerors are also notified that use of the Wide Area Workflow (WAWF) invoicing system is mandatory. More information and registration can be found at https://wawf.eb.mil/. Information concerning FAR clauses can be obtained at www.farsite.hill.af.mil or www.arnet.gov/far. Quotes are due: 4:00 PM EDT (3:00 PM Central) on Friday, 23 August 2013, via e-mail to jeffrey.b.strange.civ@mail.mil, or faxed to USPFO For North Dakota (P&C) at 701-333-2230. Point of Contact for this combined synopsis/solicitation is Jeff Strange, 701-333-2222.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA32/W901UZ10326951/listing.html)
 
Place of Performance
Address: USPFO for North Dakota P.O. Box 5511, Bismarck ND
Zip Code: 58502-5511
 
Record
SN03141610-W 20130809/130808000855-1cb4c7f988a95cdf9217838bfe2079a2 (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.