Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2010 FBO #3294
SOLICITATION NOTICE

V -- Virginia National Guard's Yellow Ribbon Event for the 529th

Notice Date
11/29/2010
 
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-0003
 
Response Due
12/10/2010
 
Archive Date
2/8/2011
 
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 2005-46, effective 29 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 is a Request for Quote (RFQ) for lodging, catering, and conference space during the periods July 8-10, 2011 and August 12-14, 2011. 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 Guard's Family Program Office will conduct Yellow Ribbon events on the dates specified above. The areas of consideration to hold the events are Hampton, VA, Norfolk, VA, Portsmouth, VA, Chesapeake, VA and Virginia Beach, VA. A pricing schedule identifying estimated quantities of services required 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, 52.212-3 Alt I, and 52.252-1. FAR Provision 52.212-1 is amended as follows: Delete paragraph (d) Product Samples. 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 offeror's initial offer should contain the offeror's best terms from a price and technical standpoint." 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 government's best interest to accept the proposed alternative. 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 52.252-1 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, 52.232-18, 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 in accordance with the Electronic Invoicing Instructions attached to the resulting order. 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 52.232-18, Availability of Funds, is applicable as funds are not presently available. The following clauses included in 252.212-7001 are applicable: 252.225-7001 and 252.247-7023 Alt III. Each offer shall indicate if credit card (VISA) is an acceptable form of payment. Award will be made to the low price technically acceptable (LPTA) quote which represents the most advantageous scenario to the government considering the potential for multiple awards. Since multiple awards will be considered, vendors are not required to all events, but must bid all services per event. In determining the most advantageous scenario, the government will evaluate pricing as follows: 1 - Each event will be evaluated separately. 2 - If it is determined one vendor can meet all requirements (lodging, conference, catering, etc.) for both events and offers the overall lowest price, one award may be made to the one vendor. 3 - An evaluation factor of $500.00 per award will be applied in determining if it is in the government's best interest from an administrative standpoint to make multiple awards. For purposes of price evaluation, if there is a mathematical error in which the unit price multiplied by the quantity does not equal the extended total, the unit price will prevail and be used for evaluation and award purposes. 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 lowest priced technically acceptable quote. To be determined technically acceptable, the following minimum requirements must be met: (1) The quote must provide for all services which are per event (i.e. lodging, conference space, catering, support equipment, etc.). (2) The hotel facility must have on-site parking for at least 160 vehicles or if off-site parking, the hotel facility must provide valet services. (3) The hotel facility must have at least one operating, full service restaurant on site and/or have full service restaurants located within three blocks of the hotel facility. (4) Facilities being proposed for lodging and conference must be located in the geographical areas identified above. (5) Lodging facility must be FEMA approved. 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), & (5) 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 (4) can be met. If the information required is available on-line, a website address can be provided in lieu of the fact sheet. A site visit may 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. All questions shall be submitted in writing and received prior to the time and date scheduled for receipt of quotes. Questions can be sent on or before 5:30 p.m. ET, December 8, 2010, via email, rebecca.fowler@us.army.mil or fax (434) 298-6202. Quotes are due not later than 5:30 p.m. ET, December 10, 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-0003/listing.html)
 
Place of Performance
Address: To Be Determined To be determined TBD VA
Zip Code: 00000
 
Record
SN02334382-W 20101201/101129233811-ae9dc73df91efd7326324af1bec2a60f (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.