Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2011 FBO #3417
SOLICITATION NOTICE

X -- Yellow Ribbon Reintegration Event for Individual Mobilizations (Caldwell 60 Day)

Notice Date
4/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USPFO for Idaho, 3489 West Harvard Street, Boise, ID 83705-6512
 
ZIP Code
83705-6512
 
Solicitation Number
W912J711T0011
 
Response Due
4/20/2011
 
Archive Date
6/19/2011
 
Point of Contact
Tammie Hauger, 208-272-4603
 
E-Mail Address
USPFO for Idaho
(tammie.hauger@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 with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued under Request for Quotation (RFQ) number "W912J7-11-T-0011" Caldwell Unit. All quotation shall reference the RFQ number and shall be submitted by 4:00 p.m. local time on 20 April 2011. The date of the award will to be determined upon availability of funds per FAR Clauses 52.232-18 Availability of Funds. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-50 dated 16 Mar 2011. This acquisition is a total set-aside for small business. The North American Industry Classification System Code (NAICS) 721110 size standard is $30 million. If no small business responses are received, this solicitation will be re-issued on an unrestricted basis. Period of performance: Friday, 9 Dec 2011 from 3:00 p.m. to 11 Dec 2011- 12:30 p.m. The government is restricting this requirement geographically to facilities located in the State of Idaho. General event description: The Idaho Army National Guard intends to hold a Yellow Ribbon 30-day Reintegration event in the State of Idaho to assist recently deployed soldiers and their families to connect with support service providers. This event is scheduled to be held Friday 9 Dec 2011, - Sunday 11 Dec 2011. If the offer has other dates that are on a Friday - Sunday available please provide those dates. Contract line item numbers and quantities: CLIN 0001: Lodging Requirements: 480 (estimated) sleeping rooms for both indicate whether there are parking fees for the hotel/conference center. CLIN 0002: Conference rooms and meeting areas: a. One (1) main conference room with banquet-style seating for seven hundred (800) people for general sessions and meals. b: Resource Area: Seventeen (17) Tables with two (2) chairs (hallway or lobby can be used for this) room for people to be able to circulate among vendors. c. Seven (7) breakout rooms to accommodate one hundred and thirty five (135) adults. d. Two (2) breakout rooms to accommodate Sixty (60) Children and Sixty (60) Youth. e. One (1) Private Counseling Room to accommodate four (4) people. f. Registration area for conference attendees to include tables or counter space. Available Friday, 9 Dec 2011 from 5:00 p.m to 10:00 p.m. CLIN 0003: Audio Visual per room (except for the children and youth rooms and counseling rooms) a. Main Conference room: Two (2) six foot Screens, projector, lapel microphone, podium with microphone, A/V Cart, house sound/mixer with laptop connection, wireless slide advancer. b. Breakout rooms One (1) per room: A/V Cart, Projector, Six foot Screen, Microphone handheld. CLIN 0004 Meals: The attached pricing sheet has the estimated meal count; actual meal count will be provided thirty days before the event. See the attached sample menu (Statement of Work Attached) for meal pricing. Meal pricing must include all service fees. Meal set up times shall be coordinated with the event POC in advance of conference. 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 and Storage Space Accommodations. Technical and Past Performance, when combined, are approximately equal to Price. The Government intends to evaluate quotation and award a contract without discussions. Therefore, Offeror's initial quotation 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: 52.204-7 Central Contractor Registration, 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment. 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; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity;52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements;52.225-13, Restrictions on Certain Foreign Purchases; 52.222-3 Convict Labor; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging While Driving;. 52.232-18, Availability of Funds. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.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, 252.232-7010 Levies on Contract Payments. Questions regarding this solicitation shall be directed to the Primary P.O.C., Tammie Hauger, Contracting Officer, at 208-272-4603 or tammie.hauger@us.army.mil. In the event the Primary P.O.C. is unavailable, questions may be directed to the Alternate P.O.C., Mr. Jerry Deweerd at 208-272-4600 or jerry.deweerd@us.army.mil. 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 by 13 April 2011 4:00 pm local time. All questions and answers will be provided in an amendment to this solicitation. 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 Tammie Hauger to tammie.hauger@us.army.mil. Alternatively, quotes may be faxed to 208-272-4632 ATTN: Tammie Hauger. All quotes must be received by 4:00 p.m. 20 April 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA10/W912J711T0011/listing.html)
 
Place of Performance
Address: USPFO for Idaho 3489 West Harvard Street, Boise ID
Zip Code: 83705-6512
 
Record
SN02415078-W 20110403/110401234446-b306863054173fcfd80df3eacc20b7e2 (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.