Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
MODIFICATION

X -- AMENDMENT 0001 of Solicitation # W81YJR-0141-N028: USACAPOC(A) Yellow Ribbon event; 9 - 11 September 2010. Location: Columbus, OH.

Notice Date
9/1/2010
 
Notice Type
Modification/Amendment
 
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
W81YJR-0141-N028
 
Response Due
9/2/2010
 
Archive Date
11/1/2010
 
Point of Contact
william waterhouse, 609-562-4061
 
E-Mail Address
USAR Center-Dix
(william.waterhouse@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT 0001 to Solicitation # W81YJR-0141-N028 is hereby issued as a Request for Quote (RFQ) for lodging and associated services during the period of 9 - 11 September 2010 in the Columbus, OH area. The reasons for this amendment 0001 are as follows: the source selection criteria has changed - see the revisions which are contained within the attached Request for Quote document; this is now an unrestricted solicitation and the requirements have changed - see the revised Statement of Work within the attached Request for Quote document. This solicitation is being issued on an unrestricted basis. Only businesses under NAICS Code 721110 are being solicited resulting in a competitively awarded purchase order contract. The small business size standard for NAICS code 721110 is $7,000,000 or less. 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. The anticipated award will be a Firm-Fixed Price (FFP)-type contract. Offerors must submit quotes on the full quantity identified. Award shall be made to a single offeror. Please take notice, that the Contracting Officer reserves the right to make no award under this procedure. Please be aware: this is not a solicitation for Event Planning Services. 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) a list of three (3) references for a similar stay. References shall include; name/point of contact, address, phone number, and e-mail address; b) a list of facility amenities which are to include, if required, a detailed menu of the meals that will be provided, as indicated in the Statement of Work. Please note that the total dollar amount for meals cannot exceed the Government per diem rate for this locality; c) pricing, CAGE code, DUNS number, and Federal Tax ID All 3rd 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. For a proposal submitted by an offeror that is not a hotel, the offeror must describe in its proposal the technical approach for the offerors services as a prime contractor and forward a copy of a signed, written agreement between the offeror and a representative of the stated hotel facility who has binding authority of same. This agreement must state: a) the name and address of the hotel and the hotel POC information, and b) that it covers the period of performance requested in the solicitation. Additionally, the submitted proposal MUST clearly state that a company representative, by name, of the 3rd party will be physically on-site and available during the entire period of performance and, include copies of all insurance(s) (standard business, liability, extraordinary insurances) for evaluation purposes. An offer which requires the Government to execute a separate agreement with a 3rd party vendor shall be deemed technically unacceptable. 3rd party vendors must include the additional information requested in the paragraph listed above. Failure to provide this information with your quote may deem your quote to be technically unacceptable and/or non-responsive. The requirements and Contract Line Item Numbers (CLINs) for this request for quote are listed in the attachment entitled REQUEST FOR QUOTE. Contractors are to complete the REQUEST FOR QUOTE 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. PROVISIONS/CLAUSES: please see attached REQUEST FOR QUOTE for all provisions and clauses that will/may apply to this solicitation and/or purchase order contract. LOCATION: The hotel must be within 10 miles of the Port Columbus International Airport, Columbus, OH. 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. All services to be provided by the hotel will be in accordance with the Statement of Work (SOW). REQUIRED RESPONSE DATE: Quotes MUST be received by 2:01 P.M. Eastern Standard Time (EST) on 02 September 2010. Quotes are to be emailed to William Waterhouse, Contract Specialist, at william.waterhouse@us.army.mil. If you fax your quote, you MUST send an email stating at what time the quote was faxed. The fax number for quote submittal is (609)562-6933. An official authorized to bind your company shall sign the quote. Questions concerning this solicitation should be addressed to William Waterhouse, Contract Specialist, via email at the address provided above or telephone # 609-562-4061. All questions or inquiries must be submitted in writing. Quotes are being requested and a written solicitation will not be issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f90c277d20755068670e21e7cbfe219a)
 
Place of Performance
Address: USAR Center-Dix 5418 South Scott Plaza 3rd Floor, Fort Dix NJ
Zip Code: 08640-5097
 
Record
SN02264496-W 20100903/100901235953-f90c277d20755068670e21e7cbfe219a (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.