Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2009 FBO #2719
SOLICITATION NOTICE

V -- Hotel Services - Amendment 1

Notice Date
5/5/2009
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 452 Operational Contracting Office, 1940 Graeber Street, Bldg 449, March ARB, California, 92518-1650, United States
 
ZIP Code
92518-1650
 
Solicitation Number
F5F3CC9114A001
 
Archive Date
5/22/2009
 
Point of Contact
Vivian R Flotildes,, Phone: (951) 655-2784, Rey P. Elauria,, Phone: (951) 655-4331
 
E-Mail Address
vivian.flotildes@march.af.mil, reynaldo.elauria@march.af.mil
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK (SOW) This is a combined synopsis/solicitation for commercial service prepared in accordance with FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. F5F3CC9114A001 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30, effective February 17, 2009. This RFP is issued as a competitive unrestricted acquisition. This is a Firm-Fixed Price acquisition. The applicable North American Industry Classification System (NAICS) code is 721110. The contractor shall provide all labor, supervision, transportation, equipment, tools, materials, and other items and services necessary to provide hotel services to military personnel and their families in support of the Department of Defense (DoD) Yellow Ribbon Reintegration Program (YRRP) as hosted by March Air Reserve Base, California. A Statement of Work is attached to this combined synopsis/solicitation and will be made part of any resulting contract award. The minimum requirements are: (a) The hotel must be within the San Diego, California area with easy accessibility to the airport or with shuttle services to and from the airport, (b) Ratings - 4 diamond or higher, (c) Rooms with water view for 500 guests (including approximately 100 children), (some could be single, double, or more guests per room), (d) Child care for approximately 100 children, (e) Children's meals for approximately 100 children, (f) General session room: 1 for Saturday/all day, evening dinner, and Sunday morning, (g) 5 breakout rooms, (h) 12 rooms for support personnel, (i) 4 rooms for distinguished guests (DV rooms), (j) A set area provided with 18 tables/chairs for invited entities/vendors' use in providing information to YRRP attendees, (k) 1 operations room with internet and telephone lines, (l) Meals: breakfast buffet on Saturday/Sunday, lunch buffet Saturday, and plated dinner on Saturday, (m) Reception/Ice Breaker on Friday night: light hors d'oeuvres with water and soda, (n) Self-parking/Valet parking, (o) Grace period for adjustment on size of event, and (p) No third parties allowed. Hotel rooms will be required on Friday and Saturday nights, with a late check out option on Sundays at 1:00 pm. Dates for the events are: (1) June 19, 20, and 21, 2009; (2) July 31, August 1, and 2, 2009. Proposals must include both events. Proposals must be accompanied with a set menu for each meals identified above. 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 in accordance with FAR 52.212-2 Evaluation-Commercial Items. The following factors shall be used to evaluate proposals: (1) Size and quality of services and accomodations, (2) Location, (3) Experience with large conferences, and (4) Price (cost of accomodations, services, cancellation fee, attrition fee, meals, etc.). Size and quality of services and accomodations, location, and experience with large conferences, when combined have more weight than price in the evaluation process. Evaluation may be made without discussions with the offerror(s). The Contracting Officer reserves the right to conduct an on-site inspection of offered hotel facilities. All interested parties are responsible for monitoring the FedBizOpps website at http://www.fedbizopps.gov for status of this combined synopsis/solicitation and any applicable amendments thereto. To be eligible for award under this combined synopsis/solicitation, offerors must be registered on the Central Contractor Registration (CCR) at http://www.ccr.gov. Effective January 1, 2005 in accordance with FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, offerors are required to submit on-line representations and certifications (ORCA) application at http://www.bpn.gov/. The following clauses apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions required to implement statutes or executive orders-Commercial items; 52.233-2 Service of Protests; 52.233-3 Protest After Award; 52.219-6 Notice of 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; 52.222-32 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act--Supplies; 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act; 52.232-33 Payment by Electronic Funds Transfer; 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires: This statement if for Information Only: It is not a Wage Determination: Occupational Code 07041-Cook 1 $15.14, 07310-Food Service Worker $10.27, 07260-Waiter/Waitress $10.49, 11240-Maid or Houseman $9.06, 99030-Cashier $10.39, 99050-Desk Clerk $12.73, all occupational code rates plus 29.1% fringe benefits, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, and FAR 52.252-2 Clauses Incorporated by Reference. Full text language of provisions and clauses incorporated by reference can be located at http://farsite.hill.af.mil. The Department of Defense requires payment of contractor invoices be made electronically in accordance with DFARS Clause 252.232-7003 Electronic Submission of Payment Request, with procedures available at http://www.wawf.eb.mil. FAR 52.232-18 Availability of Funds is hereby incorporated in full text: Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Deadline for submission of all proposals will be no later than May 7, 2009 at 4:00 PM PST. Proposals may be mailed to 452 MSG/LGC, ATTN: Contracting Officer, 1940 Graeber St., Bldg. 449, March ARB, CA 92518-1650, or sent electronically to the following e-mail address: Vivian.Flotildes@march.af.mil. Fax proposal will not be accepted. For further information regarding this combined synopsis/solicitation, please contact Ms. Vivian R. Flotildes, Contract Administrator, telephone (951) 655-2784.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4f8f2fbdd6f4d47b98cfc7c0cc47b0b2&tab=core&_cview=1)
 
Place of Performance
Address: 452nd Operational Contracting, 1940 Graeber St, Bldg 449, March ARB, California, 92518-1650, United States
Zip Code: 92518-1650
 
Record
SN01809317-W 20090507/090505221258-70b3b9082d994cb5ca41f828d095a94e (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.