Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2010 FBO #3136
SOLICITATION NOTICE

V -- Yellow Ribbon Event 31 July - 1 August 2010- Atlantic City Area

Notice Date
6/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
177 FW/MSC, 400 Langley Road, Egg Harbor Township, NJ 08234-9500
 
ZIP Code
08234-9500
 
Solicitation Number
W912KN10-T-0026
 
Response Due
7/6/2010
 
Archive Date
9/4/2010
 
Point of Contact
Jo Ann Ferguson, 609-645-6096
 
E-Mail Address
177 FW/MSC
(joann.ferguson@ang.af.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. Yellow Ribbon Event: 177 FIGHTER WING NJANG 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. The NAICS code for this acquisition is 721110 with the small business size standard being $7,000,000 or less. This procurement is being issued as unrestricted. Both small and large businesses under the NAICS Code listed below are being solicited resulting in a COMPETITIVELY awarded purchase order contract. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to provide contracted services as set forth below and in the attachments. STATEMENT OF WORK: 1. A Joint Yellow Ribbon 30-day Post-Deployment event is scheduled for July 31st thru August 1st 2010 for the returning members of the 177th Fighter Wing and the 108th Wing. This event should be held in the Atlantic City, New Jersey area due to the close proximity of the 177th members duty location. The 177th will be the host for this event. Total cost for this event is estimated at above $3,000 and therefore request contracting assistance. 2. Preference would be at a hotel or conference facility within a 30- mile radius of the Atlantic City area. Estimated total number of Airmen attending and requiring guest rooms would be approximately 85. The total count should not exceed 140. Staff requiring guest rooms would be no more than 6. M&IE Rate is $66.00. The First and Last M&IE Rate is $49.50. Airmen and family members would arrive at 2:00pm on Saturday, 31 July and stay for Saturday evening. All would check-out no later than Sunday, 1 August at 12 noon. All attendees would make their own hotel reservations utilizing their Government Travel Card (GTC). Since attendees will be utilizing their GTC room charges must not be posted to the master account. Airmen will be on orders and Invitational Travel Authorizations will be necessary for family members. Airmen will attend in Special Training status utilizing NGB Yellow Ribbon Reintegration Funding. 3. The hotel or conference center will provide 3 conference rooms from 3:00pm Saturday, 31 July thru 4:00pm Sunday, 1 August 2010. One room needs to be large enough to seat 140 people. Room should be set for class room style with speaker/sound system with podium and power point projection required. The second conference room should be set for a group breakout with chairs and tables for approximately 50 with power point projection required. An easel with markers for each room will be required. No other requirements for these rooms. The third conference room will be used as a room for the children as on-site child care will be provided. Tables and chairs will be required for space for crafts and projects. The room should have an adjoining bathroom and sink or one very close. Also required in the room would be a microwave, television, and a small refrigerator. Approximate number of children would be no more than 30. All numbers are approximate at this time and numbers could change as the event date nears. Also required will be 15 tables for vendors while briefings are being held and during breaks. Vendor tables could be inside the large briefing room or outside in the hallways. The hotel will set-up and take down all tables and chairs for events. 4. The weekend event will require 3 contracted meals. The first meal would be a Barbeque dinner event beginning at 7:00pm Saturday, 31 July preferably held outside if possible. Senior Leadership of the organization has requested the Barbeque dinner event outside and available room inside in case of inclement weather. Request consideration in the type of food as there will be children present. The breakfast and lunch for Sunday, 1 August should be provided within the establishment in an open dining room or separate room. Breakfast should be offered early and conclude by 8:00am and lunch should conclude by 1:00pm on Sunday, 1 August. Prefer buffet service for both meals. Again, request consideration in the type foods offered as children will be eating. At all meals the children will be required to eat with their parents. We would also like to offer coffee, water, soda, juice and break items Saturday, 31 July at approximately 4:00pm and then again mid-morning and mid-afternoon on Sunday, 1 August. Alcohol service is not required at any events nor should be offered. Please provide menu recommendations with proposals. 5. POC for this memorandum is the undersigned at paul.gunning@ang.af.mil CML 609.530.6869 or Blackberry at 609.457.1703. The Military POC is Ms. Jeannie Perry, 177th Airman & Family Readiness Program Manager at 609.645.6258. **Offerer will be required to indicate if they will accept the Government Travel card as a method of payment for Hotel Rooms*** PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil or http://www.arnet.gov/far/ ): FAR 52.204-7, Central Contractor Registration; The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR CLAUSE 52.212-1 applies to this acquisition. Paragraphs (d), (e), (h), and (i) are hereby deleted from FAR 52.212-1; FAR 52.212-2 Evaluations- Commercial Items, FAR 52.212-3, Offeror Representatives and Certifications-Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications- Commercial Items apply to this acquisition and offeror(s) must include completed copies with their quote. FAR 52.212-3 and DFAR 252.212-7000 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (Online Representation and Certifications application. The clause at 52.212- 4, Contract Terms and Conditions Commercial Items applies to this acquisition and the following addendum applies: The following paragraphs are hereby deleted from the FAR Clause 52.212-4: (h), (j), (n) and (p); FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text:; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-6; FAR 52.219-28; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.232-33, Payment by Electronic Transfer Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference, The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.246-7000, Material Inspection and Receiving Report. All Contractors that are solicited/or apply must be registered in Central Contractor Registration (CCR) and the Online Representations and Certifications Application (ORCA) web-sites. Your quote MUST list your DUNS number, CAGE code, and Federal TIN with Company name, Point of Contact and phone number. A DUNS (Dun and Bradstreet) number is required in order to register. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov or call 1-888-227-2423. All Contractors not registered in the CCR database prior to proposal submittal will not be considered. All contractors who have not completed their ORCA registration please visit https://orca.bpn.gov/. Contractors must complete their ORCA registration before contract award. **Lack of registration in CCR database will make an offeror ineligible for award. ** All invoices subject to payment by the Defense Accounting and Finance Office shall be submitted through Wide Area Work Flow (WAWF). WAWF is the Governments preferred payment method. Vendors/contractors are to be registered in WAWF to receive payment through electronic funds transfer (EFT). If you are not currently registered in WAWF, please visit the following web-site: https://wawf.eb.mil/ to complete your registration. Additional instructions for WAWF registration can be found in the attachments. In accordance with FAR 52.212-2, the Government will award a contract/purchase order 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. The following evaluation factors shall be used to evaluate offers: Technical (Facility Assessment consisting of cleanliness, security and amenities) and Price. Award will be based on the best value to the Government. Best value is based on the above criteria in the following manner: Technical is slightly more important than Price The anticipated award will be a Firm-Fixed Price contract. Offerors must submit quotes on the full quantity identified. Award shall be made to a single offeror. The Contracting Officer reserves the right to make no award under this procedure. Instructions to Contractor: Price does not cover nor include laundry, phone, parking or other incidentals unless specifically implied. The U.S. Government will only pay for the actual number of rooms used, up to the maximum quantity identified in this contract. If additional rooms or nights are needed in excess of the quantity reserved under this contract, contact the Contracting officer to notify of the situation. Contract changes are authorized only by the Contracting Officer. Inform any personnel that all changes are to be in accordance with this paragraph. This is NOT a solicitation for Event Planning Services. For a proposal submitted by an offeror that is not a hotel, the offeror must describe in its proposal the technical approach for the offeror's services as a prime contractor and forward a copy of a signed, written agreement between the offeror and a representative who has binding authority of stated hotel facility. This agreement must state that it covers the period of performance requested in the solicitation. In addition, a copy of all insurance(s) (standard business, liability, extraordinary insurances) must be submitted with the offeror's technical proposal for evaluation purposes. Again, this is NOT a solicitation for Event Planning Services. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable. The requirements and Contract Line Item Numbers (CLINs) for this request for quote are again listed below. Contractors are to return their quote by date & time listed within. quotes may be emailed or faxed. ONLY ONE QUOTE PER CONTRACTOR WILL BE CONSIDERED. ALL LATE QUOTES WILL BE REJECTED. NOTE: The final quoted price(s), both total and individual, MUST include all applicable taxes, fees, gratuities, commissions, service charges, etc... **THE FEDERAL GOVERNMENT IS TAX EXEMPT** LOCATION: The Hotel must be in the Atlantic City, NJ area. The contractor is put on notice that the Government will not be held liable for any requirement that is to be paid for by participants or any amounts associated with those items, including any guaranteed minimum purchases that the contractor may require. REQUIRED RESPONSE DATE: Quotes must be received by 6 July 2010 @ 1000.Quotes are to be emailed to joann.ferguson@ang.af.mil or faxed to 609-383-6377. Contracting Office Address: 177 Fighter Wing 400 Langley Rd Egg Harbor Twp, NJ 08234-9500 POC: Jo Ann Ferguson, MSgt 609-645-6096
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA28-1/W912KN10-T-0026/listing.html)
 
Place of Performance
Address: 177 FW/MSC 400 Langley Road, Egg Harbor Township NJ
Zip Code: 08234-9500
 
Record
SN02187517-W 20100626/100624235342-3e2dab9eb17500648c06bed8bb5cc0c9 (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.