Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2010 FBO #3016
MODIFICATION

99 -- United States Army Corps of Engineers (St. Paul, MN) Conference Facility Request

Notice Date
2/24/2010
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 190 Fifth Street East, St. Paul, Minnesota, 55101-1638, United States
 
ZIP Code
55101-1638
 
Solicitation Number
W912ES-10-T-0020
 
Archive Date
3/18/2010
 
Point of Contact
Preston J Hayward, Phone: 651-290-5709
 
E-Mail Address
preston.j.hayward@usace.army.mil
(preston.j.hayward@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers, Saint Paul, MN is soliciting quotes to provide conference and hotel facilities for 70 people, three buffet meals per day, and 70 single occupancy rooms with daily service for four nights: 19 April through 23 April, 2010. To ease the driving time for our employees this year, the conference will be held within 120 miles of Duluth, MN. The main conference room shall be capable of supporting 70 people with chairs, & eight person tables with proxima and screen access included. Buffet style meals with drinks/ or off the menu meals with drinks must meet USDA balanced meal standards (all drinks are non-alcoholic (water, milk, soda, juice, coffee etc)). We will need dinner the first day of the conference, ending with a box lunch (meat sandwich, drink, chips, snack, fruit and utensils) on the day of departure. Please note, pricing that exceeds the maximum Federal Government Per Diem Rates, which are $116 max for lodging, meals and incidentals will not be considered. Please see the GSA Per Diem Rate website: http://www.gsa.gov/Portal/gsa/ep/contentView.do?contentId=17943&contentType=GSA_BASIC ) The solicitation number W912ES-10-T-0020 is issued as a request for quote. The solicitation will be issued in accordance with FAR Part 12, and evaluated in accordance with FAR Part 13. The resulting contractor will provide services in accordance with commercial standards, local, state and federal laws. Awards will be made to the offeror with the ability to fulfill the aggregate of the requirements. The resultant contract will be a Firm-Fixed Price Contract and the performance period is 19 April through 23 April, 2010. Evaluation factors for award shall be as follows: Price and Past Performance and will be evaluated in accordance with FAR 13.106-2(a)(4)(ii); an award will be issued to the lowest priced offer having the highest past performance rating, representing the best value when compared to any lower priced offer. Past Performance is approximately equal to cost or price. The provisions and clauses incorporated into this solicitation are those in effect at the time of publication. This synopsis/solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its offer. The solicitation is unrestricted. The associated NAICS code is 721110. The provisions at 52.212-1, Instructions of Offerors Commercial Items, apply to this solicitation. The provisions at 52.212-3, Alt I, Offeror Representations and Certifications Commercial Items, and 52.219-1, Small Business Program Representations apply to this solicitation. The contractor shall return a completed copy of these provisions with its proposal. A copy of the provisions may be obtained from http://www.arnet.gov/far. Full text clauses may be viewed at www.farsite.hill.af.mil. The following FAR Clauses and Provisions are applicable to this solicitation: 52.202-1, 52.203-5, 52.204-7, 52.212-2, 52.212-4, 52.212-5 (The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37), 52.216-24, 52.225-1, 52.225-13, 52.233-2, 52.233-3, 52.233-4,, 52.232-1, 52.232-33, 52.239-1, 52.244-6. The following DFAR clauses are applicable to this solicitation: 252.204-7004 Alt A, 252.232-7003, 252.243-7001, 252.212-7001 (The following DFAR clauses identified at paragraph b of DFAR 252.212-7001 are considered checked and are applicable to this acquisition: 252.232-7003), 252.232-7010. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-20. This solicitation is issued as a request for quotes. Offerors must be registered in the Central Contractor Registry located at www.ccr.gov prior to contract award. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the government to not award based on the responses to this solicitation is solely within the discretion of the government. Electronic responses are the preferred method; however quotes may also be faxed to the Attention of Preston Hayward at 651-290-5706. Quotes may also be mailed to the US Army Corps of Engineers, St. Paul District, ATTN: Contracting Division, 190 5 th Street East, Suite 401, St. Paul, MN 55101-1638. Solicitation packages, including the Performance Work Statement and any other applicable documents, may be requested via e-mail at preston.j.hayward@usace.army.mil. Telephonic inquiries or requests for information will not be honored. This notice closes on 3 March, 2010 at 2:00 p.m., Central Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-10-T-0020/listing.html)
 
Record
SN02073379-W 20100226/100224234726-bb505247c19673b26b86805fe13dac38 (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.