Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOLICITATION NOTICE

V -- YELLOW RIBBON EVENT 23-25 JULY BOSTON, MA

Notice Date
7/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USAR Center-Dix, 5418 South Scott Plaza 3rd Floor, Fort Dix, NJ 08640-5097
 
ZIP Code
08640-5097
 
Solicitation Number
W90CKE0090N002
 
Response Due
7/19/2010
 
Archive Date
9/17/2010
 
Point of Contact
Theresa M Eckstein, 609-562-2185
 
E-Mail Address
USAR Center-Dix
(theresa.m.eckstein@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; 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 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. Solicitation # W90CKE0090N002 is a Special Notice - Request for Quote (RFQ) for lodging during the period: check in 23 July and check out 25 July 2010 in Boston, MA. This procurement is being issued as UNRESTRICTED. Both large and small businesses under the NAICS Code listed below are being solicited resulting in a COMPETITIVELY awarded purchase order contract. The NAICS code for this acquisition is 721110 with the small business size standard being $7,000,000 or less. Solicitation for the items below: Dates/Information: STATEMENT OF WORK 3D MDSC Yellow Ribbon Reintegration Program 23-25 July 2010 HOTEL: Must be located within 2 miles from Boston Logan International Airport. Must provide shuttle transportation to and from Boston Logan International Airport. Meeting rooms must be on the same floor. Half of all sleeping rooms must be suites or adjoining rooms to accommodate Soldiers with children. Meals cannot be served in meeting rooms. Local restaurants and shopping must be within walking distance (1 mile or less). All meals must be served in separate meeting rooms. Third Party awardees must be on site during the entire event. Overview: 0001 SLEEPING ROOMS: Total # of rooms: 80 for 2 nights; Soldiers and Family members Check in: 23 July 10 Check out: 25 July 10 The room nights will be used as follows: DAYFridaySaturdaySunday DATE23 July 1024 July 1025 July 10 ROOM PER NIGHTS40400 **20 rooms should be suites or adjoining rooms to accommodate Soldiers family members 0002 Food: 5 MEALS for 75 attendees (Dinner buffet on Friday; Breakfast, Lunch and Dinner Buffets on Saturday; Breakfast buffet on Sunday). o23 Jul 10 - Dinner Buffet o24 Jul 10 - Breakfast, Lunch and Dinner Buffet o25 Jul 10 - Breakfast Buffet Only vBreakfast buffet must include: Scrambles or boiled eggs, 2 types of meat, potatoes or grits, pastries, waffles or pancakes, bread, biscuits, yogurt, coffee, hot chocolate, various juices, milk (whole and skim, water, fresh fruits and an assortment of cereal for 75 people. All Buffet meals must include: 2 different meats (chicken, turkey and fish or chicken, turkey and beef) for 75 attendees. Beverage stations to include coffee, sweet tea, tea, juice, soft drinks and water must remain available two 2 hours after dinner is served.. All dinner and lunch buffet meals must include 10 children friendly meals with (chicken, pizza, hot dogs or hamburgers) turkey and beef) for 75 attendees. Beverage stations to include coffee, sweet tea, tea, juice, soft drinks and water must remain available two 2 hours after dinner is served. ** Beverage stations to include coffee, sweet tea, tea, juice and water must remain available two 2 hours after each meal is served** 0003 A/V Equipment: 2 LCD projectors and amplifier to connect LCD projector to screens. 2 Screens 2 Presentation clickers 2 Wireless Microphones 3 TVs/DVD players 1 Laptop computer and printer Internet Access in all meeting rooms. 2 Surge Protectors. **Please refer to the breakdown table for distribution details** 0004 Childcare: CHILDCARE (INFANT TODDLER ROOM) & EVENT PLANNER (YOUTH & TEEN ROOM (ON SITE) : Childcare providers for 4 children (infants to 5 years old). Number providers determined by state laws. One Event Planner for 8 Youth and Teens. vOTHER REQUESTS 4 Baby cribs/playpens 4 mats and blankets 6 toys 0005 TRANSPORATION/PARKING: COST 1.Cost for guest parking. 2.Shuttle or bus from local international airport to hotel on Friday and Sunday. 0006 MEETING ROOMS: 2)General Sessions:75 attendees on Friday, 6:00pm- 9:00pm, Saturday, 7:00am-7:00pm and Sunday, 0700-1200pm 3)Breakout for half the total number of attendees) on Saturday, 7:00am-7:00pm and Sunday, 0700-1200pm) 4)Teens Room (13-17 age group): 4 children on Saturday, 7:00am-7:00pm and Sunday, 0700-1200pm 5)Youth Room( 6-12 age group): 4 children on Saturday, 7:00am-7:00pm and Sunday, 0700-1200pm 6)Infants Room : 4 children on Saturday, 7:00am-7:00pm and Sunday, 0700-1200pm 7)Operations Center: 10 staff members Friday, Saturday and Sunday all day 8) Vendors Room: Accessible for 75 attendees to visit vendor tables - Saturday and Sunday 9)Pens and pads for all meeting rooms Detailed Breakdown: DATELOCATIONSET UP# OF PERSONNEL 23 25 July 10Command Center1 Table with 8-10 Chairs, water and 2 surge protectors, pens, pads.8-10 personnel 23 25 July 10VendorsSpace for 10 Vendors to set up displays Space to allow the flow of 50 to 75 people travel between displays10 Vendors 23 25 July 101 Registration TablesMain lobby area2 personnel for Soldiers/ Families sign in 23 25 July 10General Session Large Meeting Space with rounds. LCD connected to 2 screens, podium, 2 microphones (1 lapel & 1 handheld) Pens and pads125 attendees 24 July 10Breakout Room #1 LCD projector connected to 1 screen, 1 handheld microphone. Pens and pads62 attendees 24 July 10Breakout Room #2LCD projector connected to 1 screen, 1 handheld microphone. Pens and pads62 attendees 23 25 July 10Childcare rooms (Infants/Toddlers) Small Meeting Space, table w/6 chairs. 1 television and DVD player. 2 meals (10:30 & 2:30)Childcare rooms for 9 children of 0-5 age group 23 25 July 10Youth Room (6-12 yrs old)Small Meeting Space, table w/6 chairs. 1 television and DVD player Small Class Room, table w/6 chairs. 1 television and DVD player 8 children 23 25 July 10Teenagers Room (13-17 yrs old)Small Meeting Space, table w/6 chairs. 1 television and DVD player Small Class Room, table w/6 chairs. 1 television and DVD player8 children **Detailed agenda w/ timeline will be provided on check-in date** 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. 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 provisins 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). Offerors are required to indicate whether they will accept the government credit card as a method of payment. 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. 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. 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. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. QUOTES MUST INCLUDE THE FOLLOWING INFORMATION: a) quoted price per item number and total cost of quote b) A list of facility amenities. c) CAGE code, DUNS number, and Federal Tax ID. Third party providers should include the additional information requested in the paragraph listed below ----Failure to provide this information with your quote may deem your quote to be technically unacceptable and/or non-responsive. 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 complete the MODIFIFED Solicitation Bid Schedule and return by the RFQ submittal date & time listed within. 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 Boston, MA. 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 11:01 A.M. Eastern Time (ET) on 19 July 2010. Quotes are to be e-mailed to Theresa Eckstein, Contract Specialist at theresa.m.eckstein@us.army.mil or faxed to (609) 562-2029. Please contact Theresa Eckstein, Contract Specialist via the above stated e-mail or telephone number if you are submitting your quote via fax. An official authorized to bind your company shall sign the quote. Questions concerning this solicitation should be addressed to Theresa Eckstein, Contract Specialist, via email or fax at the contact information previously provided. All questions or inquires must be submitted in writing. Quotes are being requested and a written solicitation will not be issued. Contracting Office Address: USAR Center-Dix, 5418 South Scott Plaza 3rd Floor, Fort Dix, NJ 08640-5097 Point of Contact(s): Theresa Eckstein, 609-562-2185
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/049bf2fb5b9d46384ce92cee48477cb7)
 
Place of Performance
Address: USAR Center-Dix 5418 South Scott Plaza 3rd Floor, Fort Dix NJ
Zip Code: 08640-5097
 
Record
SN02205884-W 20100716/100714235305-049bf2fb5b9d46384ce92cee48477cb7 (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.