Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2011 FBO #3427
MODIFICATION

X -- Hotel Rooms in Grand Forks ND, 4-17 Jun 2011 (Modified)

Notice Date
4/11/2011
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USPFO for North Dakota, P.O. Box 5511, Bismarck, ND 58502-5511
 
ZIP Code
58502-5511
 
Solicitation Number
W90N3210740001
 
Response Due
4/13/2011
 
Archive Date
6/12/2011
 
Point of Contact
Jeffrey B. Strange, 701-333-2222
 
E-Mail Address
USPFO for North Dakota
(jeffrey.strange1@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS SOLICITATION IS MODIFIED TO ADD AN ADDITIONAL FAR CLAUSE TO PARGRAPH 7. 1. This is a combined synopsis/solicitation for hotel rooms in Grand Forks ND, in support of North Dakota National Guard training, prepared in accordance with the format in Subpart 12.6, as supplemented with Request for Quote document included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, W90N3210740001, is being issued as a request for quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-50. This requirement is a total Small Business set-aside. The NAICS code is 721110, Hotels (Except Casino Hotels) and Motels, Size Standard is $30.0 Million. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to provide hotel rooms as specified in the requirements. The various dates and numbers of hotel rooms required are listed on the attached Request for Quote; the inclusive dates the rooms are needed are Saturday, 4 Jun 11 to Friday, 17 Jun 11. Only one quote per offeror will be considered. If sufficient rooms are not available in any one hotel meeting the required standards, offerors may offer additional rooms in not more than one additional hotel. Each hotel shall meet the requirements of paragraphs a-e below. Offerors shall identify the hotels offered to include the hotel amenities with their offer. The minimum requirements for lodging are as follows: a. All rooms required are double rooms. b. An on-site swimming pool and fitness facility is required for use by soldiers. Fitness facility shall contain multiple, quality exercise equipment items (examples of exercise equipment include treadmills, stationary bikes, elliptical machines, stair steppers and weights). c. Hotels will be located in city limits of Grand Forks, ND. d. Hotels will offer a complimentary continental breakfast. e. Hotels will offer complementary wireless internet connection. 2. Third party providers shall include the additional information requested in the following lettered paragraphs (a through c). Failure to provide this information with any quote may deem the quote to be technically unacceptable and/or non-responsive. For a proposal submitted by an offeror that is not a hotel, the offeror must provide the following: a. A separate document describing the technical approach for the offerors services as a prime contractor. The technical approach must state that a lodging representative from the third party will be available full-time during the inclusive dates of the hotel requirement. The technical approach must include the third party's lodging representative's name and 24-hour contact information; and b. A copy of a signed written agreement between the third party offeror and a hotel representative (who has the authority of the hotel) which states that the third party has been given the authority to propose a quote for the stated hotel. The agreement must state the required period of performance and that the hotel has the accommodations for the stated period of performance. The agreement must state that the hotel has the accommodations to meet all requirements that are listed in this solicitation and any additional technical requirements section on the attached Request for Quote. This agreement must not be dated before the date of this solicitation and no later than the offer due date; and c. A copy of all insurance(s) (standard business, liability, extraordinary insurances) must be submitted with the offerors technical proposal for evaluation purposes. 3. The provisions at 52.212-2, Evaluation-Commercial Items apply. The Government will award to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government (price and other factors considered). This may result in award to other than the lowest offer received. The following factors shall be used to evaluate offers: price, room availability, availability of a swimming pool and fitness facility, availability of complimentary wireless internet and availability of complimentary continental breakfast. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. Additional requirements apply to third-party offerors; these requirements are contained elsewhere in this solicitation. The Contracting Officer will evaluate products on the basis of information furnished by the quote or identified in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote, however the Government reserves the right to inspect any hotel offered to verify the requirements of this solicitation. The anticipated award will be a Firm-Fixed Price (FFP) type contract. Offerors must submit quotes on the full quantity identified. Award shall be made to a single offeror. The Government reserves the right to make no award under this procedure. Offerors shall utilize the attached RFQ document to submit their offer. All late quotes will be rejected. 4. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer) whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government may make additions or deletions to the number of rooms required during the contract period, and will provide a 24-hour notice to the contractor; the Government will not be liable for any rooms cancelled at least 24 hours prior to the stated need. 5. The Federal Government is tax exempt. 6. Offerors are hereby notified that the Government will not be held liable for any expense over and above the cost of lodging. The expense for any services, items, or any other type of commitment made by any soldiers occupying the rooms is the responsibility of the individual soldier. 7. The provisions and clauses listed below are applicable to this solicitation: FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items, 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 (Dev), FAR 52.219-6 Notice of Small Business Set-Aside, FAR 52.219-28 Post-Award Small Business Program Representation, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-25 Prompt Payment, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.232-36 Payment by Third party, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7002 Requirements to Inform Employee of Whistleblower Rights, DFARS 252.204-7004 Alt A Central Contractor Registration, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, DFARS 252-225-7000 Buy American Act- Balance of Payments Program Certificate, DFARS 252.225-7001 Buy American Act and Balance of payments Program, DFARS 252-232-7010 Levies on Contract Payments, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies, DFARS 252.225-7035 Buy American Act- Free Trade Agreements-Balance of Payments Program Certificate, DFARS 252.225-7036 Buy American Act- Free Trade Agreements- Balance of Payments program. ADDED: FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards 8. Any award made pursuant to this solicitation is subject to the availability of funding. 9. All offerors must be registered in the Central Contractor Registration (CCR) and Online Representation & Certification Application (ORCA) databases. Lack of registration in CCR and ORCA will make an offeror ineligible for award. Registration information can be found at http://www.bpn.gov. Information concerning FAR clauses can be obtained at http://farsite.hill.af.mil or http://www.arnet.gov/far. Quotes are due: 4:00 PM EDT (3:00 PM CDT) on Wednesday, 13 April 2011, via e-mail to jeffrey.strange1@us.army.mil or faxed to USPFO For North Dakota (P&C) at 701-333-2230. Point of Contact for this combined synopsis/solicitation is Jeff Strange, 701-333-2222. Alternate Point of Contact is Mike Lowe, 701-333-2226, email: Michael.lowe1@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA32/W90N3210740001/listing.html)
 
Place of Performance
Address: USPFO for North Dakota P.O. Box 5511, Bismarck ND
Zip Code: 58502-5511
 
Record
SN02421971-W 20110413/110411234642-a03b1b59ef5fb5c75270b336812e1f9f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.