Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2011 FBO #3401
MODIFICATION

V -- Lodging and conference facilities for Yellow Ribbon reintegration event.

Notice Date
3/16/2011
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USPFO for Maine, Camp Keyes, Augusta, ME 04333-0032
 
ZIP Code
04333-0032
 
Solicitation Number
W12L2Q1026C001
 
Response Due
3/21/2011
 
Archive Date
5/20/2011
 
Point of Contact
Christopher J. Field, Phone: (207) 430-5761
 
E-Mail Address
chris.field@us.army.mil
(chris.field@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 solicitation is issued under Request for Quotation (RFQ) number "W12L2Q1026C001". All proposals shall reference the RFQ number and shall be submitted by 9:00 a.m. local time on 21 March 2011. The anticipated award date is 25 March 2011. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-49 dated 24 January 2011. This acquisition is a total set-aside for small business. The North American Industry Classification System Code (NAICS) 721110 size standard is $30.0m. If no small business responses are received, this solicitation will be re-issued on an unrestricted basis. *** Amended text The government is restricting this requirement geographically to facilities located in the State of Maine. ***End of amended text Contract line item numbers and quantities: CLIN 0001 Lodging Requirements: 202 Sleeping rooms for both Friday, 20 May 2011 and Saturday, 21 May 2011. Indicate whether there are parking fees for the hotel/conference center. CLIN 0002 Conference rooms a. One (1) main conference room with banquet-style seating for 500 people for general sessions and evening meal. Available: Saturday, 21 May 2011 from 8:00 a.m. - 10:00 p.m. and Sunday, 22 May 2011 from 8:00 a.m. - 2:00 p.m. b. One (1) breakout room with space for up to 40 information providers each at a 6 -8 foot table and have room for people to be able to circulate among vendors. Available: Saturday, 21 May 2011 from 7:00 a.m. to 5:00 p.m. and Sunday, 22 May 2011 from 7:00 a.m. to 2:00 p.m. c. Four (4) breakout rooms to be able to have teens and small children broken up by age. Each room should be no less than 700 sq ft so children have room to move about and are in close proximity to restroom facilities. Available: Saturday, 21 May 2011 from 7:00 a.m. to 5:00 p.m. and Sunday, 22 May 2011 from 7:00 a.m. to 2:00 p.m. d. Four (4) breakout rooms of at least 1400 sq ft each. Available: Saturday, 21 May 2011 from 7:00 a.m. to 5:00 p.m. and Sunday, 22 May 2011 from 7:00 a.m. to 2:00 p.m. e. Private breakout rooms for counselors, financial consultants, legal experts, et al, to talk privately with soldiers and families. Available: Saturday, 21 May 2011 from 7:00 a.m. to 5:00 p.m. and Sunday, 22 May 2011 from 7:00 a.m. to 2:00 p.m. CLIN 0003 Podium, projector, projection screen, microphone, amplifier, and speakers; setup; and technical support for main conference room. CLIN 0004 Meals Meals shall offer the same approximate range of choices as the attached sample menu (Statement of Work Table 1, Attached). Meal set up times shall be coordinated with the event POC in advance of conference. Required Meals: a. Buffet-Style lunch on Saturday, May 21, 2011 for 500 people set up near main conference room b. Hot dinner on Saturday, May 21, 2011 for 500 people set up near main conference room c. Continental breakfast on Sunday, May 22, 2011 for 500 people set up near main conference room The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial Items. FAR 52.212-2, Evaluation - Commercial Items. The Government will award a firm-fixed priced contract resulting from this solicitation, to the responsible offeror whose offer conforming to the solicitation will be Best Value to the Government. Best Value is the most advantageous offer, price and other factors considered with the Government's stated importance of evaluation criteria. The Technical factors will include Ability to provide Room Accommodations, Ability to provide Subsistence Requirements and Ability to provide Meeting Accommodations. Technical and Past Performance, when combined, are approximately equal to Price. The Government intends to evaluate proposals and award a contract without discussions. Therefore, Offeror's initial proposal should contain the Offeror's best terms from a cost or price and technical standpoint. FAR 52.212-3 (Alt 1), Offeror's Representations and Certifications, Commercial Items (Offerors shall include a completed copy as part of their quote or a completed registration on the ORCA website (https://orca.bpn.gov/login.aspx). The following clauses apply to this solicitation: 52.212-4, Contract Terms and Conditions - Commercial Items (By Reference); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Full Text). The following optional clause under subparagraphs (b) & (c) are incorporated by reference within 52.212-5: 52.219-6, Notice of Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party. Other clauses that apply to this solicitation include: 52.252-2, Clauses Incorporated by Reference (http://farsite.hill.af.mil/); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Full Text). The following clauses and provisions within 252.212-7001 are applicable; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; and 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. *** Amended text This solicitation and resulting contract award will be subject to availability of funds per FAR clause 52.232-18, Availability of Funds. *** End of amended text Questions regarding this solicitation shall be directed to the Primary P.O.C., SFC Chris Field, Contracting Specialist, at 207-430-5761 or chris.field@us.army.mil. In the event the Primary P.O.C. is unavailable, questions may be directed to the Alternate P.O.C., MAJ Kenneth W. Bryant at 207-430-5290 or kenneth.w.bryant@us.army.mil; an attempt to contact the Primary P.O.C. must be made first. Formal communications such as Request for Clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address above. All answers (on a non-attribution basis) will be provided via e-mail to the inquirer. Offerors are requested to submit questions to the e-mail addresses noted above no later than 9:00 a.m. local time on 18 March 2011. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Submit your complete quote package to SFC Chris Field electronically to chris.field@us.army.mil. Alternatively, quotes may be faxed to 207-626-4533 ATTN: SFC Chris Field, Contract Specialist. All quotes must be received by 9:00 a.m. 21 March 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA17/W12L2Q1026C001/listing.html)
 
Place of Performance
Address: Maine Army National Guard, USPFO-P&C 194 Winthrop St Augusta ME
Zip Code: 04333-0032
 
Record
SN02402529-W 20110318/110316234909-5f449462215fc6a2ccc72700f63cfa23 (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.