Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2010 FBO #3240
SOLICITATION NOTICE

V -- Yellow Ribbon Event - Wage Determination

Notice Date
10/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 934 CONF/LGC, 760 Military Hwy, Minneapolis ARS, Minnesota, 55450-2100
 
ZIP Code
55450-2100
 
Solicitation Number
FA6633-11-Q-0001
 
Archive Date
11/2/2010
 
Point of Contact
Darcee Copus-sabart, Phone: 612-713-1432, Elsie Barnaby, Phone: 612-713-1431
 
E-Mail Address
darcel.copussabart@us.af.mil, elsie.barnaby@us.af.mil
(darcel.copussabart@us.af.mil, elsie.barnaby@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination No. 1995-0674, Revision 26 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate solicitation will not be issued. Solicitation number FA6633-11-Q-0001 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-45. This acquisition is being solicited on an unrestricted basis. The North American Industry Classification System (NAICS) code is 721110 with a small business size standard of $7,000,000.00. Interested parties must quote on all line items. Partial quotes will not be accepted. Only one (1) award will be made as a result of this combined synopsis/solicitation. The 934th Airlift Wing, Minneapolis-St Paul Air Reserve Station will conduct a Yellow Ribbon Family Pre-Deployment event on 12 - 14 November 2010, at a facility with activities to accommodate families and children. Contractor shall provide the following as outlined below. Hotel requirements: a. Must be located within 25 miles of Alexandria, MN b. Must have full service capabilities, to include dining and catering capabilites c. Required amenities: Indoor pool d. Must be registered in the Central Contractor Registration database e. Desired amenities: Family activities, i.e. an arcade, water park f. Desired Check In/Check Out times: Friday, 12 November 2010 @ 3:00p.m. and Sunday, 14 November 2010 @ 1:00p.m. g. Prior to issuing a contract, the 934th Airlift wing will conduct a public health and safety inspection h. Method of payment: Government Purchase Order via Wide Area Workflow (electronic invoicing with electronic funds transfer), Payment Terms Net 30 Days. A. Sleeping Rooms: A total of 150 sleeping rooms are required for two (2) nights on 12 -13 November 2010. The rooms will be occupied by approximately 350 airman and family members under this contract. Rooms must be double occupancy, individual/private sleeping rooms with toilet and shower/tub facilities, with 2 double beds, 2 queen beds, 1double bed and 1 queen bed combination per room. The attendee /traveler/ airman who reserves a room for the event will be responsible for all expenses including incidental expenses, such as parking, room service, telephone calls, movie and game rentals, restaurant invoices, etc. Again this is the sole responsibility of the individual attendee, and shall be billed to the individual's personal credit card account provided during check-in. All airman and family members will contact the hotel directly for room reservations using the designated reservation code established by the hotel. Reservations can be made either by phone or online. The lodging rate for this event will not exceed the daily Government Per Diem rate of $70.00. B. Meeting Space. Conference/ballroom room to accommodate approximately 350 attendees, setup round table style/stage and containing audiovisual equipment (projector, screen, sound system and microphones) is required on each of the following dates and times: Friday night, 12 November 2010; Saturday all day, 13 November 2010; Sunday morning 14 November 2010. Three (3) separate break-out rooms to accommodate 50-75 people setup classroom style, containing audiovisual equipment (projector, screen, sound system) in which the Government is permitted to connect its equipment if necessary. Two (2) smaller break-out rooms for child care purposes with tables and chairs to accommodate approximately 25 children each and containing audiovisual equipment (TV/DVD player). The contractor agrees to allow the government to provide child care activities/services for airmen and their families in the breakout rooms. C. Refreshments: Contractor shall provide a buffet dinner for approximately 350 people Friday evening and working luncheon (buffet style - sandwiches, salads, pasta and desserts etc.) for approximately 350 people Saturday of the event. Light snacks for both Saturday and Sunday mornings. Snacks shall consist of juice, milk, bagels, pastries, Danish, fruit, cold cereal etc. and set up for the mornings. Complimentary coffee service to include coffee, tea with hot water, ice water, beverage condiments, all standard utensils and linens needed. The coffee service is to be provided throughout the entire event. D. Other: The Contractor shall provide the following miscellaneous items throughout the entire Conference period: Registration area with table and chairs near the conference rooms that is large enough to accommodate 15 - 25 tables for registration and vendors/resource representatives. Sign(s) identifying to airman and family members the location of registration area. Audio-visual support available Friday evening and all day Saturday and Sunday morning. Offerors shall return their quotation referencing Contract Line Items as listed below as a minimum: Contract Line Item Number (CLIN) 0001 - One (1) Lump Sum, - Meeting Rooms and audio/visual equipment Contract Line Item Number (CLIN 0002) - Refreshments Offerors shall provide additional information (sleeping room rates for the event, description of amenities and sample menus) along with their proposal. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, is most advantageous to the Government. The following factors shall be used to evaluate offers: Price, technical acceptability and amenities. Award will be made IAW FAR 13.106-2. This is a small business set-aside. The applicable Federal Supply Code (FSC) is V231, the North American Industry Classification System (NAICS) code is 721110 and the Small Business Size Standard is $7.0 million. All quotes shall meet all instructions put forth in this combined synopsis/solicitation. Award will be made to a single source. Reference the solicitation number on the proposal. Quotes are to include any discount terms. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Proposal due no later than 2 P.M. local time, 18 October 2010. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://farsite.hill.af.mil.52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil.The following clauses and provisions are incorporated by reference and remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors Commercial Items (Jun 2008) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2010) Alternate I (Apr 2002) FAR 52.212-4 Contract Terms and Conditions Commercial Items (June 2010) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items (Oct 2010) (Deviation) and the following clauses within FAR 52.212-5, paragraph (b) are applicable: FAR 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793), FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)) flow down required in accordance with paragraph (f) of FAR clause 52.222-50. The following Clauses and Provisions also apply to this acquisition: FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-25, Affirmative Action Compliance (Apr 1984) FAR 52.222-41, Service Contract Act 1965, as amended (Nov 2007), flowed down required for all subcontracts subject to the service Contract Act of 1965 Wage Determination No. 1995-0674 (Rev.-26) dated 06/15/2010 applies to this requirement. DFARS 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Sep 2010) (Deviation) DFARS 252-225-7000, Buy American Act- Balance of Payments Program Certificate (Jan 2009) DFARS 252-225-7001, Buy American Act and Balance of Payments Program (Jan 2009) DFARS 252.232-7003, Electronic Submission of Payment Request (Mar 2008) (10 U.S.C. 2227) The clause at AFFARS 5352.201-9101 (Apr 2010), Ombudsman, applies. (Ombudsman for this acquisition is Mr. Jeffrey Ippolito, HQ AFRC/IP, 255 Richard Ray Blvd, Robins AFB, GA, 31098-1635, phone: (478)327-2013 email: jeffrey.ippolito.1@us.af.mil.) All responsible offerors must be registered in the Central Contractor Registration database at www.ccr.gov in order to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/934LSSLGC/FA6633-11-Q-0001/listing.html)
 
Place of Performance
Address: Alexandria, Minnesota, 56308, United States
Zip Code: 56308
 
Record
SN02306641-W 20101008/101006234010-f382eae2156b763678d3e653bed658f4 (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.