Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2010 FBO #3162
SOLICITATION NOTICE

S -- Yellow Ribbon Events in September and December 2010 in the Richmond, VA area.

Notice Date
7/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USPFO for Virginia, Building 316, Fort Pickett, Blackstone, VA 23824-6316
 
ZIP Code
23824-6316
 
Solicitation Number
W912LQ-10-T-0018
 
Response Due
7/27/2010
 
Archive Date
9/25/2010
 
Point of Contact
Rebecca Fowler, 434-298-6206
 
E-Mail Address
USPFO for Virginia
(rebecca.fowler@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 through FAC 2005-44, effective 8 Jul 2010 and 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 Request for Quote (RFQ) for lodging, catering, conference space and child care during the periods September 11-12, 2010 and December 3-4, 2010. This RFQ constitutes the only solicitation. This procurement is issued unrestricted under the NAICS 721110 with a small business size standard of $7M. The Virginia Army National Guards Family Program Office will conduct Yellow Ribbon events on the dates specified above. The area of consideration to hold the events is the Richmond, VA area (from Route 288, north-west to I64 and east to I295; from I295 north to I64). A pricing schedule identifying estimated quantities of services needed is attached. Vendors responding are not required to utilize this form; however, each service and event date must be clearly priced in a manner similar to the attached pricing schedule. Unit prices shall be inclusive of all applicable service fees. A performance work statement (PWS) is attached and is hereby made a part of this RFQ and will be made a part of any resulting award. The following provisions and clauses are applicable to this acquisition: FAR Provisions 52.212-1, 52.212-2, 52.212-3 Alt I, 52.214-22 and 52.252-1. Paragraph (e) of FAR Provision 52.212-1 encourages offerors to present alternative terms and conditions for satisfying the requirements of this solicitation. Offeror must clearly annotate the alteration in the quote. The government may or may not accept the alternative term or condition. Such determination will be made based on if it is in the governments best interest to accept the proposed alternative. FAR provision 52.212-2 is amended to read as follows: (a) The Government will award a contract 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. Price, past performance and technical capability of the services offered to meet the government requirement and overall intent of the Yellow Ribbon Conference shall be used to evaluate offers. Technical is slightly more important than past performance. When combined, technical and past performance are significantly more important than price. (Evaluation factors and information required for submission are further addressed in an attachment to this solicitation.) (b) 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. (c) In addition to other factors, quotes will be evaluated on the basis of advantages and disadvantages to the Government which might result from making more than one award (multiple awards). It is assumed, for the purpose of evaluating bids, $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation, and individual awards will be for the items or combinations of items which result in the best value to the Government, including the assumed administrative costs. For the purposes of evaluating for multiple awards, each event will be considered a group and child care will be considered a separate group. While offerors are not required to quote all groups, you must quote all services required within a group. Example: You can quote all services (line items) for each group. You can quote all services (line items) for the September event and your quote will only be considered for this event. You can quote all services (line items) for the September and December events, but no child care. You can quote child care services only for one or both events. In anticipation of questions regarding if the government per diem rate is required, the following response is provided. The solicitation is being issued on a competitive basis. The rate utilized for purposes of award will be the rates proposed by the offeror(s) determined to offer the best value. As stated in paragraph (g) of Federal Acquisition Regulation (FAR) Provision 52.212-1, included in this solicitation, The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offerors best terms from a price and technical standpoint. A site visit my be conducted by the government if determined necessary to confirm technical proposal findings. The site visit shall not be considered part of discussions unless discussions are determined necessary. FAR provision 52.212-3 and Alt I shall be completed and returned with your quote. If your company information is available through Online Representations and Certifications (ORCA) so indicate in 52.212-3 and return only that portion of the provision. FAR Provision 52.212-1 is amended as follows: Delete paragraph (d) Product Samples. FAR Provision 52.252-1 and FAR Clause 52.252-2: full text language of provisions and clauses incorporated by reference can be located at http://farsite.hill.af.mil. FAR Clauses 52.212-4, 52.212-5, 52.222-50, 52.232-18, 52.252-2 and DFARS Clauses 252.204-7003 and 252.212-7001. FAR clause 52.212-4 is amended as follows: paragraph (g) (1) change requirement for three copies of invoices to 1 copy of invoices and add after paragraph (g) (2) the following: Invoices are to be submitted electronically to wawfvauspfo@ng.army.mil. Questions regarding payment status or delinquent payments are to be addressed to the Voucher Examiner at 434-298-6183; Delete paragraphs (h) Patent indemnity, (j) Risk of loss, and (n) Title. The following clauses included in 52.212-5 are applicable: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, 52.232-33, and 52.232-36. In addition, clauses, 52.222-41, 52.222-42, and 52.222-44 or 52.222-53, included in 52.212-5 may be deemed applicable pending contractors response to paragraph (k)(2) in FAR Provision 52.212-3. The service contract wage determination applicable for the location of the proposed hotel facility will be made a part of any resulting award if FAR clause 52.222-41 is determined to be applicable. FAR clause 52.252-2, Availability of Funds is only available to the December event (Group 3 and Group 4). The following clauses included in 252.212-7001 are applicable: 252.225-7001 and 252.247-7023 Alt III. All questions shall be submitted in writing and received prior to the time and date scheduled for receipt of quotes. Questions can be sent via email, rebecca.fowler@us.army.mil or fax (434) 298-6202. Quotes are due not later than 5:30 p.m. ET, July 27, 2010. Quotes may be faxed to 434-292-6202, Attn: Becky Fowler, or emailed to rebecca.fowler@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ-10-T-0018/listing.html)
 
Place of Performance
Address: To Be Determined To Be Determined TBD TB
Zip Code: 00000
 
Record
SN02211824-W 20100722/100720235352-1b4f43e28db4443bf73f25e923291a2d (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.