Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2010 FBO #3261
SOLICITATION NOTICE

V -- Strong Bond Events for the Virginia National Guard January - August 2011

Notice Date
10/27/2010
 
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-11-T-0002
 
Response Due
11/4/2010
 
Archive Date
1/3/2011
 
Point of Contact
Rebecca Fowler, 434-298-6206
 
E-Mail Address
USPFO for Virginia
(rebecca.fowler@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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 2005-45, effective 1 Oct 2010 and additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is 100% set aside for small business concerns under the NAICS 721110 with a small business size standard of $7M. The Virginia Army National Guard will conduct Marriage Enrichment and Family Retreats in various locations during January to August 2011. The locations and dates are identified in the attached pricing schedule which is attached to this synopsis and must be completed and returned with your quote. Unit prices shall be inclusive of all applicable service fees. 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 rate(s) quoted by the offeror(s) determined to offer the lowest technically acceptable price(s). A performance work statement (PWS) is attached to this synopsis and is hereby made a part of this solicitation and will be made a part of any resulting award. Each offer shall indicate if credit card (VISA) is an acceptable form of payment. The following provisions and clauses are applicable to this acquisition: FAR Provisions 52.212-1, 52.212-3 Alt I, and 52.252-1. FAR Provision 52.212-1 is amended as follows: Delete paragraph (d) Product Samples. FAR provisions 52.212-3, including Alt I shall be completed and returned with your offer. 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 52.252-1 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. Multiple awards may be made if determined to be in the best interest of the government. It is assumed, for the purpose of evaluating quotes, $500.00 would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation. Vendors are not required to submit a quote for all event dates. However, all requirements for the specific event(s) the vendor is proposing must be priced. For example, if a vendor elects to quote only on the first event scheduled for January 2011, the quote must provide for all services, lodging, meals, conference space, support equipment and furnishings, for the January 2011 event. Award(s) will be made to the lowest price quote(s) per event or combination of events determined to be technically acceptable. To be determined technically acceptable, the following minimum requirements must be met: (1) The quote must provide for all services, lodging, conference space, support equipment and furnishings. (2) The hotel facility proposed must provide guest informational service (i.e. front desk attendant, concierge service, etc.) 24 hours a day, (3) The hotel facility proposed must have on-site parking, or if off-site, hotel must provide valet services (4) The hotel facility proposed must have at least one full service restaurant on site or have full service restaurant (fast food restaurant is not acceptable) located within one-quarter mile of the hotel. (5) The hotel facility proposed must be located in the geographical area identified in the PWS for the event(s) being quoted. (6) The hotel facility proposed must be FEMA approved. (7) The atmosphere of the hotel must create a sense of well being as determined by the Virginia National Guard (VaARNG) Chaplain. In order to determine if minimum requirement (1) can be met, all services requested must either be priced or annotated as provided at no additional cost and a conference space accommodations chart must accompany the quote. For minimum requirements (2), (3), (4) & (6) offeror must provide a fact sheet which addresses each minimum requirement. The physical location of the proposed hotel facility must be provided to permit a determination to be made as if minimum requirement (5) can be met. If information to address minimum requirements 2-5 is available on-line, a website address can be provided in lieu of the fact sheet. For minimum requirement (7) The offeror agrees to allow the VaARNG Chaplain to tour the proposed hotel facility to determine if, in his opinion, the atmosphere of the hotel is conducive to the overall intent of the Strong Bonds program available to soldiers returning from a battlefield environment and reintegrating. 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. FAR Clauses 52.212-4, 52.212-5, 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: 52.219-6, 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 FAR Provision 52.222-52 (included in FAR Provision 52.212-3 Alt I). 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 12:00 p.m. ET, November 3, 2010. 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, November 4, 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-11-T-0002/listing.html)
 
Place of Performance
Address: Multiple Locations Multiple Locations TBD VA
Zip Code: 00000
 
Record
SN02317795-W 20101029/101027234216-6d8757f00bf16a119b066dad85c4f2d6 (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.