Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2010 FBO #3015
SOLICITATION NOTICE

V -- 2010 AFAP Conference Requirements Procurement

Notice Date
2/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
U.S. Army Strategic Command, XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-10-T-0004
 
Response Due
3/1/2010
 
Archive Date
4/30/2010
 
Point of Contact
George P Knowlton IV, 719-554-1967
 
E-Mail Address
U.S. Army Strategic Command
(george.knowlton@smdc-cs.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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, 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 solicitation is issued as Request for Quote (RFQ) Number W91260-10-T-0004 and on an unrestricted basis. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. NAICS number is 721110. DESCRIPTION: The Contractor (Hotel) shall provide hotel guest rooms (lodging), working lunches and dinnner, function space and breakout conference rooms, Video Teleconferencing (VTC) capability, and equipment in support of the 2010 Army Family Action Plan (AFAP) conference as specified in the attached Statement of Need document. The 2010 AFAP conference shall be on 19 - 23 April 2010 in city of Colorado Springs, CO. The offeror shall provide all items and quantities as described below in Contract Line Item Number (CLIN) 0001 - 0006. Offerors shall structure their proposal to include a price for: 0001 - Guest Rooms (Lodging), for up to 38 Government Military and Civilian Personnel as specified in paragraphs 2.0 - 2.4 of the attached Statement of Need document. QTY: 1 LOT 0002 - 19 April Opening Session Dinner, for up to 60 Government Military and Civilian Personnel as specified in paragraph 4.1 of the attached Statement of Need document. QTY: 1 LOT 0003 - 20 April Working Lunch, for up to 60 Government Military and Civilian Personnel as specified in paragraph 4.2 of the attached Statement of Need document. QTY: 1 LOT 0004 - 21 April Working Lunch, for up to 60 Government Military and Civilian Personnel as specified in paragraph 4.3 of the attached Statement of Need document. QTY: 1 LOT 0005 - 22 April Working Lunch, for up to 60 Government Military and Civilian Personnel as specified in paragraph 4.4 of the attached Statement of Need document. QTY: 1 LOT 0006 - Conference Rooms, Function Space and Equipment as specified in paragraphs 5.0 - 5.8 of the attached Statement of Need document. QTY: 1 LOT Quotes citing products and/or services offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's quote. FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 30 days after Government receipt of quotes or proposals. Any interested/qualified business sources that believe they can provide the required products or services must respond no later than 4:00 PM, Mountain Time, 01 March 2010. Award is anticipated to be made no later than 05 March 2010. The Government plans on issuing a purchase order for this procurement. Payment of contractor invoice(s) under purchase order contemplated shall be by Government credit card. The successful offeror shall be responsible for any/all bank fees incurred in connection with accepting payment by Government credit card. Therefore, offerors are responsible for ensuring that payment by Government credit card is included as a factor in the basis of their quote or proposal. All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate offers: (1) Delivery Schedule - ability to meet the required conference dates and schedule as specified in paragraphs 1.0 through 7.1 of the attached Statement of Need document; (2) Technical - acceptability of the products, items or services offered to meet the conference technical needs or requirements as specified in paragraphs 1.0 through 7.1 of the attached Statement of Need document; and (3) Total Proposed Price, for all products, items, and services described in CLINs 0001 - 0006 above - most advantageous price considering all other factors. Evaluation Criteria is listed in descending order of importance. PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall clearly demonstrate how the products, items or services proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). Offeror's that offer products or services against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Government will only consider the information provided in the offeror's proposal. Award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth therein for evaluation may render the offer nonresponsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, also applies to this acquisition, along with the following additional FAR clauses: 52.219-28, Post Award Small Business Program Rerepresentation, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Handicapped Workers, 52.225-1, Buy American Act - Supplies, 52.225-13, Restriction on Certain Foreign Purchases, and 52.232-36, Payment by Third Party. Offers sent via the US Postal Service should be mailed to US Army SMDC/ARSTRAT, ATTN: SMDC-RDC-W (George Knowlton), 350 Vandenberg Street, Peterson AFB, Colorado 80914. All quotes or proposals not sent through the US Mail will be considered hand carried and subject to FAR 15.208. Proposals may be submitted by facsimile or email, however, it is the responsibility of the Offeror to ensure receipt by due the date and time set for receipt of proposals - see also in this respect FAR 52.215-5, Facsimile Proposals. Offerors are responsible for ensuring proposals are received no later than 4:00 PM (Mountain Time) on 01 March 2010. The point of contact for all information regarding this acquisition is George Knowlton at (719) 554-1967, fax (719)554-8442 or at e-mail george.knowlton@smdc-cs.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG62/W91260-10-T-0004/listing.html)
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO
Zip Code: 80914-4914
 
Record
SN02071908-W 20100225/100223234319-502074b732fc90be277dde477f44973e (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.