Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2008 FBO #2442
SOLICITATION NOTICE

V -- LODGING AND MEALS IN JOHNSTON, IA

Notice Date
8/1/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Iowa, USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-08-Q-0015
 
Response Due
8/18/2008
 
Archive Date
10/17/2008
 
Point of Contact
Renee Rausch, 515-252-4615
 
Small Business Set-Aside
Total Small Business
 
Description
(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. (II) This solicitation is issued under Request for Quotation (RFQ) number W912LP-08-Q-0015. All proposals shall reference the RFQ number and shall be submitted by 8:00 A.M. local time on 18 Aug 2008. The anticipated award date is 20 Aug 2008. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-26 dated 12 June 2008. (IV) This acquisition is reserved for small business concerns; however, the Government is accepting quotes from small business concerns and large businesses. In the event of insufficient small business concern participation, (minimum of two) award may be made to a participating large business. The North American Industry Classification system code (NAICS) 721110 size standard of $6.5M. (V) COMMERCIAL ITEM DESCRIPTION: The Midwest Counterdrug Training Center has requested support from the Iowa Army National Guard to obtain lodging and meals within a 10 mile radius of Camp Dodge, in Johnston, IA 50131. Line Item 0001, Qty- 1403 ea. Room Nights in September 2008 for students attending various courses hosted by the Midwest Counterdrug Training Center. Line Item 0002, Qty- 600 ea. Room Nights in Sep 2008 for students attending a Basic Narcotics Course hosted by the Midwest Counterdrug Training Center. Line Item 0003, Qty- 530 ea. Breakfast meals for students attending the Basic Narcotics Course. Line Item 0004, Qty- 30 ea. Lunch meals for students attending the Basic Narcotics Course. Line Item 0005, Qty- 230 ea. Dinner meals for students attending the Basic Narcotics Course (VI) For a detailed description of our requirements, reference the statement of work and wage determination posted at http://216.81.179.134/ebs/advertisedsolicitations.asp (VIII) The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial (IX) FAR 52.212-2, 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: (1) Technical- (a) Ability to provide room accommodations (b) Ability to provide meals, (2) Past Performance and (3) Price. Technical and past performance, when combined, are approximately equal to price. (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items (Offerors shall include a completed copy as part of their quote or a completed registration on the ORCA website (https://orca.bpn.gov/login.aspx)). (XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Additional FAR clauses cited within the clause are applicable to the acquisition. The following clauses are incorporated by reference: 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.219-6, Notice of Total Small Business Set-aside; 52.219-8, Utilization of Small Business Concerns; 52.222-3 Convict Labor; 52.222-19, Child Labor- Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-25 Affirmative Action, 52.222-22, Previous Contracts and Compliance Reports; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.232-36, Payment by Third Party; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires. The following clauses and provisions within 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) are applicable; 52.203-3, Gratuities; 252.225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023, Transportation of Supplies by Sea. (XIII) Changes/amendments will be posted on the following website: http://216.81.179.134/ebs/advertisedsolicitations.asp Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing to the address below or via e-mail to renee.rausch@us.army.mil no later than 3:00 p.m. on 15 Aug 2008. All answers (on a non-attribution basis) will be contained in a document titled Questions and Answers located with in the aforementioned website. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XIV) N/A (XV) N/A (XVI) Sign and date your offer, the offer must be submitted to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7105 NW 70th Ave, Johnston, Iowa 50131-1824, ATTN: TSgt Renee Rausch, Contract Specialist at or before 8:00 a.m., 18 Aug 2008. (XXVII) For information regarding this solicitation contact TSgt Renee Rausch, renee.rausch@us.army.mil or CW4 Mark Thompson at mark.lowell.thompson@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=80ad0e9a7f6432dd9636c6e8a05920bd&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Iowa Camp Dodge, 7105 NW 70th Ave Johnston IA
Zip Code: 50131-1824
 
Record
SN01629542-W 20080803/080801223526-80ad0e9a7f6432dd9636c6e8a05920bd (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  © 1994-2020, Loren Data Corp.