Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2009 FBO #2811
SOLICITATION NOTICE

X -- Rental of Stadium and Surrounding Facilities

Notice Date
8/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Utah, USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W90M8L-9210-0101
 
Response Due
8/11/2009
 
Archive Date
10/10/2009
 
Point of Contact
Sherri Shepherd, 801-432-4093<br />
 
E-Mail Address
USPFO for Utah
(sherri.shepherd@us.army.mil)
 
Small Business Set-Aside
N/A
 
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; quotes are being requested and a written solicitation will not be issued. This is being issued as a Request for Quote. SPECIFICATIONS: The Utah National Guard has a requirement for rental of a football stadium, parking lot and space for displays and food booths for Governors Day Parade and Family Activities on 19 September 2009 (date can not be changed) in the Salt Lake City, UT area as follows: Stadium must be large enough to accommodate 7000 Soldiers and Airmen for Pass and Review. The main parking lot must be large enough to accommodate all the unit formations prior to the parade and all static displays to include an AH-64 Apache Helicopter. The stadium must be accessible by multiple mass transit systems, close to interstates and major streets. The overflow parking lots must be within a 2-3 minute walk. We would also require the services of ushers, parking attendants, and emergency medical technicians. 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 www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: (1) FAR 52.204-7 Central Contractor Registration; (2) FAR 52.212-1 Instructions to Offerors--Commercial Items; (3) FAR 52.212-2 Evaluation--Commercial Items; (4) FAR 52.212-3 Offeror Representations and Certifications--Commercial Items, with Alternate I; (5) FAR 52.212-4 Contract Terms and Conditions--Commercial Items; (6) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.219-28 Post-Award Small Business Program Representation; (b) FAR 52.222-3 Convict Labor; (c) FAR 52.222-21 Prohibition of Segregated Facilities; (d) FAR 52.222-26 Equal Opportunity; (e) FAR 52.222-36 Affirmative Action for Workers with Disabilities; (f) FAR 52.222-50 Combating Trafficking in Persons; (g) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (h) FAR 52.232-36 Payment by Third Party; (i) FAR 52.233-3 Protest After Award; (j) FAR 52.233-4 Applicable Law for Breach of Contract Claim; (7) FAR 52.252-2 Clauses Incorporated by Reference; (8) DFARS 252.204-7004 Central Contractor Registration, Alternate A: (9) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; (b) DFARS 252.247-7023 Alt III Transportation of Supplies by Sea; (10) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; (11) 252.232-7010 Levies on Contract Payments. EVALUATION FACTORS: The contract type for this procurement will be 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 suitable facility for the intended use on the date required; and (2) total cost or price. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. And also in accordance with FAR 52.212-3, Offeror Representations and Certifications Commercial Items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov. Provide detailed quote NLT 9:00 a.m. MDT on August 11, 2009. Offers may be sent via e-mail to Sherri Shepherd at sherri.shepherd@us.army.mil. Questions regarding this solicitation shall be in writing and may be sent via e-mail to the address above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W90M8L-9210-0101/listing.html)
 
Place of Performance
Address: USPFO for Utah 12953 South Minuteman Drive Draper UT<br />
Zip Code: 84020-9286<br />
 
Record
SN01896878-W 20090805/090803235350-2ec8ceb9c1a16ab292391d085f237a23 (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.