Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2011 FBO #3382
SOLICITATION NOTICE

X -- Facility for the Combined Training Council of Colonels (COC) 11-2 Conference in Kansas City, MO

Notice Date
2/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Contracting Center of Excellence (NCR-CC), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-11-T-0047
 
Response Due
3/24/2011
 
Archive Date
5/23/2011
 
Point of Contact
Kelly Norton, 703-428-0489
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(kelly.e.norton@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 item prepared in accordance with the format Subpart 12.6, as supplemented with 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 solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC). The requirement is unrestricted and the associated NAICS is 721110. The Government will award a firm-fixed price purchase order from this solicitation. The period of performance is 3 April 2011 - 7 April 2011. Provisions of FAR 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition. The Government intends to evaluate offers and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. This requirement is for Conference facility to host the Combined Training Council of Colonels (COC) 11-2 Conference. This requirement is not to obtain an Event Planner. Questions pertaining to this requirement are due NLT 11 March 2011, 10:00 AM Eastern Standard Time (EST). Questions shall be emailed to the Contract Specialist, Kelly Norton (email listed below). The completed Request for Quote (RFQ) is due 24 March 2011, 10:00 AM EST. RFQ will be emailed to kelly.e.norton@us.army.mil. It is the sole responsibility of the offeror to review the FedBizOps site for any amendments or updates. Please see the attached Performance Work Statement (PWS) for description of services. Clauses can be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with Central Contractor Registration (CCR) at http://www.ccr.gov. RFQ should be submitted and shall contain the following information: RFQ Number; TIME SPECIFIED FOR RECEIPT OF OFFERORS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price, and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an amendment to the solicitation. LATE OFFERS; Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD; IAW FAR 52.212-2, Evaluation Commercial Items, the Government will award a contract to the offeror whose price is considered the lowest and judged to be technically acceptable by the Government. The Government will award a contract resulting from this solicitation to the responsible offeror conforming to the solicitation that will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1- Technical Approach- Subfactor 1- UNDERSTANDING OF THE REQUIREMENTS- The Government will evaluate the offerors understanding of the work to be performed in accordance with the PWS. The offeror shall submit a proposal that demonstrates its understanding of the work described in the PWS and the extent to which potential risks are identified and mitigated. Subfactor 2- CORPORATE EXPERIENCE- The Government will evaluate a summary of work experience of similar nature, scope, complexity and difficulty to that which will be performed under the prospective contract contemplated by this solicitation. Subfactor 3- ABILITY TO PROVIDE FACILITY- The Government will evaluate the offerors proposal based on the ability to provide a facility in accordance with the requirements of the PWS. Offerors must provide evidence of a firm commitment for the dates of 3 April 2011- 7 April 2011. Evidence is a signed document and or contract from the facility being offered to host the event described in the PWS. Award will be made using the Lowest Price Technically Acceptable (LPTA). Offerors are urged to ensure that their proposals are submitted on the most favorable terms to reflect their best possible potential. The technical proposal will describe the capability of their organization and if applicable any anticipated subcontractors to perform the work in accordance with the Performance Work Statement. Factor 2. Past Performance- The offeror will submit past performance of 3 current or previous contracts for relevancy (within the last 3 years) based on how well the contractor performed on projects of similar dollar value, scope and complexity. Offerors are advised that the Government may use past performance information obtained from the centralized past performance databases and sources other than those identified by the offeror and the information obtained may be used for both the responsibility determination and the best value decision. Profiles of contract efforts should include dates, location, types of contract, dollar values, descriptions of the work and references. Reference information should include the name, address, fax number and telephone number of the Contracting Officer or contract administrator. Phone interviews with the references submitted for the past contract efforts on similar work will be used to confirm those efforts and determine whether they met or exceeded contractual requirements. Reference should also be provided for any anticipated subcontractors to be used. The absence of past performance data will be rated neither favorably nor unfavorably. Factor 3 - Price - Price proposals will be evaluated for reasonableness and to determine the best overall value to the Government. The offeror shall also provide a detailed breakout of all labor categories and other costs that are associated with the work specified in the Performance Work Statement. Submit your proposal in accordance with the following CLINs: CLIN 0001 Conference Facility 1 Lump Sum $________________ CLIN 0002 Contractor Manpower Report 1ea $________________ Contract Manpower Report Clause: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Actual direct labor hours (including sub-contractors); (6) Actual direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where the contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor system to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. All offerors must be Central Contractor Registered (CCR) and online representation and certification application (OCRA) must be activated. OCRA registration for online representation and certification requirements may be viewed via the internet at www.bpn.gov. OFFERORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRENSENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-3547. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the internet at http://farsite.hill.af.mil. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.233-3, Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759); FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793);FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13 Restriction on certain foreign Purchase; FAR 52.232-33, Payment by Electronic Funds Transfer; DFAR 252.232-7003, Electronic Submission of Payment Requests; DFAR 252.246-7000, Material Inspection and Receiving Report. No information or questions concerning this RFP or request for clarifications will be provided in response to telephone calls.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/74d8c6a1031ae42b1d833c53db9adadb)
 
Place of Performance
Address: Contracting Center of Excellence (NCR-CC) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
 
Record
SN02387860-W 20110227/110225234327-74d8c6a1031ae42b1d833c53db9adadb (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.