Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2010 FBO #3074
MODIFICATION

V -- Lodging/Conference Space for Downtown St. Louis, MO 22-25 July 2010

Notice Date
4/23/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
2103 S. 8th Ave., Sparta, WI 54656
 
ZIP Code
54656
 
Solicitation Number
W911SA-10-T-0226
 
Response Due
4/30/2010
 
Archive Date
10/27/2010
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W911SA-10-T-0226 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 with a small business size standard of $7.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-04-30 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort McCoy, WI 54656 The USA ACC MICC Fort McCoy requires the following items, Meet or Exceed, to the following: LI 001, Lodging/Conference SpaceFFPThe Army Reserve will conduct a conference in Downtown St. Louis, MO during the time frame of 22-25 JUL 10. The hotel that hosts this shall provide the following amenities: 1. Gift Shop 2. Swimming Pool and Hot Tub 3. Exercise Room 4. Full Service Restaurant 5. Room Service 6. High Speed Internet 7. Be within easy walking distance to family restaurants and attractions. Airport shuttle and parking shall be available. Venue must provide supporting literature or documentation for their accommodations. Venue must have meeting space for multiple simultaneous briefings; conference space (Ballroom) must be free of pillars or obstructions. All meeting and sleeping rooms must be under the same roof. The government is not responsible for room service charges, long distance phone charges, internet service charges, or movie rental charges. The government will only pay for rooms actually used. Rate must be at or below government per diem. In accordance with the Hotel and Motel Fire Safety Act of 1990, Public Law 101-391, conferences, seminars, and other meetings, must be held at facilities with fire-safe approved accommodations. Approved accommodation is defined as any place of public lodging that is listed on the national master list of approved accommodations. The national master list of all approved accommodations is compiled, periodically updated, and published in the Federal Register by FEMA. Additionally, the approved accommodation list is available on the U.S. Fire Administrations Internet site at http://www.usfa.fema.gov/hotel/index.htm. The approved accommodation for this requirement shall be listed on this site and will be validated as such prior to award. The hotel facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12101 et. Seq.). Vendor must provide an on-site representative from the time the advance party arrives on the Thursday of the event until the advance party leaves on the Sunday after the event. If an offer is based on a teaming/partnering relationship, the offeror shall provide with its quote, all required solicitation information for all parties including a copy of the agreement with the hotel, SIGNED BY BOTH PARTIES, on official hotel letterhead, and include information which identifies the responsibilities for each entity under this purchase order. The agreement shall demonstrate the existence of a relationship between firms and their agreement to provide the services required under this acquisition. If at any time during the acquisition process, the hotel becomes unavailable as proposed, any replacement agreement with a different hotel shall be submitted to the Government for consideration and approval. IF HOTEL NAME AND TEAMING AGREEMENT ARE NOT PROVIDED BY CLOSE OF RFQ, THE QUOTE WILL NOT BE CONSIDERED. FOB: DestinationPURCHASE REQUEST NUMBER: W919H31020N006ADDITIONAL MARKINGS: POC: SGT Eric Schmid TEL: 608.388.0554, 1, EA; LI 002, Staff LodgingFFPRequire 3 single occupancy room with king size beds with check-in on 22 JUL 10 and check out on 25 JUL 10. 3 nights X rooms for 3 = 9 room charges. The government will only pay for actual rooms used to include daily maid service, trash removal and free parking. Government is not responsible for long distance phone calls, movie rentals, internet fees or room service charges. Rate must be equal to or below government per diem rate. FOB: DestinationPURCHASE REQUEST NUMBER: W919H31020N006ADDITIONAL MARKINGS: POC: SGT Eric Schmid TEL: 608.388.0554, 9, EA; LI 003, Participants LodgingFFPRequire 42 double occupancy beds with king size beds with check in on 23 JUL 10 and check out 25 JUL 10. 2 nights X 42 rooms = 84 room charges. The government will only pay for actual rooms used to include daily maid service, trash removal and free parking. Government is not responsible for long distance phone calls, movie rentals, internet fees or room service charges. Rate must be equal to or below government per diem rate. FOB: DestinationPURCHASE REQUEST NUMBER: W919H31020N006ADDITIONAL MARKINGS: POC: SGT Eric Schmid TEL: 608.388.0554, 84, EA; LI 004, Audio Visual EquipmentFFPEquipment rental and technical support for 1 podium, 1 projector screen, 1 lapel microphone, 1 hard wired microphone, cables and hookups for sound in the conference training room area. Audio visual equipment shall be available from 1700 hrs Friday 23 JUL 10 through 1200 hrs 25 JUL 10. FOB: DestinationPURCHASE REQUEST NUMBER: W919H31020N006ADDITIONAL MARKINGS: POC: SGT Eric Schmid TEL: 608.388.0554, 1, PKG; LI 005, Breakfast MealFFPBreakfast Buffet on the 24 JUL 10 and 25 JUL 10 for 85 people X 2 meals = 170 meals at 0730-0830 hours. Buffet shall include such items as pancakes, bacon, sausage, ham, eggs, assorted fruits, pastries and cereal. Drinks shall consist of: coffee, milk and juice. All meals must be within the government per diem rate. Offeror shall identify time frame for meal cancellation (please provide on line below). The cancellation time frame should be consistent with commercial practice. Meal cancellation time frame:__________________. A final Banquet Event Order (BEO) shall be submitted to the COR 5 days prior to the event. BEO will identify serving process, to include beverages. FOB: DestinationPURCHASE REQUEST NUMBER: W919H31020N006ADDITIONAL MARKINGS: POC: SGT Eric Schmid TEL: 608.388.0554, 170, EA; LI 006, Lunch MealFFPCold or Hot buffet on 24 JUL 10 and 25 JUL 10 for 85 people X 2 meals = 170 meals at 1200-1300 hours. Food bar should include such items as garden salad with assorted toppings, dressings, meat selection, vegetable & starch selection. Drinks shall consist of coffee, milk, tea and soft drinks. Meals must be within the government per diem rate. Offeror shall identify time frame for meal cancellation (please provide on line below). The cancellation time frame should be consistent with commercial practice. Meal cancellation time frame:__________________. A final Banquet Event Order (BEO) shall be submitted to the COR 5 days prior to the event. BEO will identify serving process, to include beverages. FOB: DestinationPURCHASE REQUEST NUMBER: W919H31020N006ADDITIONAL MARKINGS: POC: SGT Eric Schmid TEL: 608.388.0554, 170, EA; LI 007, Evening MealFFPMultiple entrees on 23 JUL 10 and 24 JUL 10 for 85 people X 2 meals = 170 total meals at 1800-1900. Entree choices should be: chicken dish, beef dish or casserole dish. Entrees should also include: vegetable, soup or salad and dessert. Drinks shall consist of coffee, tea, milk and soft drinks. Meals must be within the government per diem rate. Offeror shall identify time frame for meal cancellation (please provide on line below). The cancellation time frame should be consistent with commercial practice. Meal cancellation time frame:__________________. A final Banquet Event Order (BEO) shall be submitted to the COR 5 days prior to the event. BEO will identify serving process, to include beverages. FOB: DestinationPURCHASE REQUEST NUMBER: W919H31020N006ADDITIONAL MARKINGS: POC: SGT Eric Schmid TEL: 608.388.0554, 170, EA; LI 008, Conference SpaceFFPConference space for approximately 85 people with a crescent seating style for the training/meetings. There must be no obstructed view of the projector screen or speaker! Must include pens, paper, ice water and glasses. FOB: DestinationPURCHASE REQUEST NUMBER: W919H31020N006ADDITIONAL MARKINGS: POC: SGT Eric Schmid TEL: 608.388.0554, 1, EA; LI 009, Dining SpaceFFPPrivate dining space for breakfast, lunch and evening meals for approximately 85 people. The set-up should be in a round table for 6, 8, 10 people each. This area should be separate from conference training space. FOB: DestinationPURCHASE REQUEST NUMBER: W919H31020N006ADDITIONAL MARKINGS: POC: SGT Eric Schmid TEL: 608.388.0554, 1, EA; For this solicitation, USA ACC MICC Fort McCoy intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC MICC Fort McCoy is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This procurement is unrestricted under the NAICS Code 721110 with a size standard of $7.0M. Only qualified sellers registered in CCR and ORCA under this NAICS Code will be considered for this RFQ. Period of Performance - Check In: 22 JUL 10 Check Out: 25 JUL 10 Destination CONUS (CONtinental U.S.) Company shall be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The following provisions are applicable: FAR 52.212-1 Instructions to Offerors-Commercial; FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and CertificationsCommercial Items; and 52.252-1, Solicitation Provisions Incorporated by Reference The following clauses are applicable: FAR 52.204-8, Annual Representations and Certifications, FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies. FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-commercial Items applies with the following applicable clauses in paragraph (b):, 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities, 52.222-36, Affirmative Action for Handicapped Workers, 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires ; 52.252-2, Clauses Incorporated by Reference. DFARS Clause 252.212-7001; Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (b): 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.232-7003, Electronic Submission of Payment Requests; and 252.247-7023 ALT III, Transportation of Supplies by Sea. Other provisions and clauses that apply include DFARS 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country, 252.204-7007, Alternate A, Annual Representations and Certifications; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights, 252.204-7000, Disclosure of Information; 252.204-7003, Control of Government Personnel Work Product; 252.232-7010, Levies on Contract Payments The full text of a FAR/DFAR provision or clause may be accessed electronically at http://www.acqnet.gov/far. Prospective contractors who have not completed electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database, shall complete and submit FAR 52.212-3 Alternative 1 to be eligible to receive an award for this solicitation. Quote SHALL be good for 90 calendar days after submission. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL If you have questions pertaining to this contract after contract award (i.e. questions regarding delivery, invoice procedures, etc.), please request assistance from the Contract Administrator. Be sure to include the contract number in your request for assistance. Requesting contract administration assistance from any other individual could result in a delayed response. Name: SGT Eric Schmid Phone: 608-388-0554 E-Mail: eric.schmid@usar.army.mil ALL DISCOURSE CONCERNING THIS SOLICITATION AND ITS REQUIREMENT SHALL BE DIRECTED TO THE FORT MCCOY CONTRACTING OFFICE. ANY REMARKS, EXPLANATIONS, ANSWERS PROVIDED BY ANY OTHER GOVERNMENT REPRESENTATIVE SHALL NOT CHANGE OR QUALIFY ANY OF THE TERMS OR CONDITIONS OF THE SOLICITATION. THE SOLICITATION SHALL ONLY BE CHANGED BY A WRITTEN AMENDMENT ISSUED BY THE FORT MCCOY CONTRACTING OFFICE. The following is attached to this RFQ and will be incorporated into any resulant contract either by reference or full text. Addendum to RFQ W911SA-10-T-0026 (6 Pages) Past Peformance Survey (5 Pages) The following U.S. Department of Labor Wage Determination(s)/Decision(s) are incorporated into this solicitation and shall be applicable to any resultant contract and can be retrieved at http://www.wdol.gov/ : WAGE DETERMINATIONS UNDER THE SERVICE CONTRACT ACT Wage Determination No: 205-2309 Revision No: 8 Date Of Revision: 10/21/2009 State: Illinois, Missouri
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/43dc654d59eecd2d527213e8547a10e5)
 
Place of Performance
Address: Fort McCoy, WI 54656
Zip Code: 54656
 
Record
SN02131405-W 20100425/100424000115-43dc654d59eecd2d527213e8547a10e5 (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.