Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
SOLICITATION NOTICE

V -- This requirement is for Yellow Ribbon Event (which requires lodging, meals and meeting rooms for briefings).

Notice Date
4/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USPFO for Massachusetts, 50 Maple Street, Milford, MA 01757-3604
 
ZIP Code
01757-3604
 
Solicitation Number
W912SV-11-T-0008
 
Response Due
4/22/2011
 
Archive Date
6/21/2011
 
Point of Contact
Margaret Leslie Sullivan, 508-233-6670
 
E-Mail Address
USPFO for Massachusetts
(margaret.l.sullivan@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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51, effective April 1, 2011. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is W912SV-11-T-0008 and is issued as a request for quotation (RFQ), unless otherwise indicated herein. This will be a under full and open competition to provide lodging, meeting rooms and meals for the Massachusetts National Guard Yellow Ribbon Event on 13-15 May 2011 under NAICS code 721110 with a small business size standard of $30,000,000.00 in average annual receipts. This is not a solicitation for Event Planning Services or 3rd Party Event Planning Services. USPFO for Massachusetts will not consider a proposal submitted by an offeror that is not a hotel. Any contract awarded as a result of this solicitation will be a Firm Fixed Price Contract. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable. No contract award will be made until appropriated funds are made available. This procurement is being issued on an unrestricted basis under NAICS Code 721110, resulting in a COMPETITIVELY awarded purchase order contract. This announcement is being issued subject to the availability of funds. This requirement is for Yellow Ribbon Event (which requires lodging, meals and meeting rooms for briefings). Qualified establishments shall be located within a 50 mile radius of Fort Devens (01434), Massachusetts; remaining in the boundaries of Massachusetts. Establishments who do not provide quotations based on receipt and review of statement of work will be deemed non-responsive. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to provide contracted services as set forth below and in the attachments. SPECIFICATIONS: The USPFO for Massachusetts has a requirement to purchase the following services: STATEMENT OF WORK (SOW) I. BACKGROUND 1. The contractor shall, except as specified in this Statement of Work (SOW) as government furnished property or services, provide all personnel, supervision, and any items and services necessary to provide, lodging for 13-15 May 2011 and catered meals and meeting rooms to the Massachusetts Army National Guard, for the Yellow Ribbon Events scheduled for 14 & 15 May 2011, as defined in this SOW. This is a two-day event preceded by one night of lodging for qualified attendees. II. STATEMENT OF WORK 1. Contractor shall provide the following services: III. Lodging for Yellow Ribbon authorized individuals designated by the Massachusetts Army National Guard Yellow Ribbon Event POC SGT Jacques Parent for 13-15 May 2011. Successful offeror shall block 120 rooms pending final count of attendees requiring lodging. Final count shall be given not later than 72 hours prior to the event. Room sizes required will include singles and doubles. IV. Rooms for the Yellow Ribbon Event for briefings. Rooms shall include tables (conference style) and chairs (cushioned) to accommodate number of persons estimated for each type of room required; required room sizes are as follows: a. One (1) Ballroom style room, able to accommodate 155 people b. Four (4) rooms able to accommodate approximately 25-75 people c. Two (2) rooms able to accommodate the following age groups: 0-5 (approx. 8), 6-12 (approx. 7). These rooms will be utilized for activities related to each group; specific numbers yet to be determined. d. Two (2) rooms able to accommodate 6-8 people (consultation type rooms) V. Meeting room facilities to include: a. Two 10 X 10 screens for ballroom to include projectors and required electrical items b. Two size-appropriate screens with projectors and required electrical items for two of the 75-person capacity rooms in IV(b) above. The Government will provide two screens, projectors and electrical items for the remaining two rooms. c. Microphones for all 4 meeting rooms d. 8 x 12 raised platform or stage in ballroom style room VI. Event will also require 45 six-foot long rectangular tables, with skirting (for registration and exhibit purposes); locations will be determined. VII. Meals provided for in ballroom for 155 people (including estimated total of 15 persons under 18) a. Light Breakfast food: menu should resemble the following content: pastries, Danish, bagels, fruit, coffee, milk and juices. Menu should also include amenities such as: cream cheese, jams and jellies, etc. Serving timeframe shall be from 7:30 a.m. to 10:30 a.m. b. Lunch: Plated meal in ballroom for Saturday with a chicken entree, vegetables, starches, salad, and assorted desserts. Specific menu, based on proposed choices, will be determined by event POC (SGT. Jacques Parent.) Serving time is to be determined. Boxed lunches on Sunday. c. Afternoon Break & Beverage Option: to consist of water, coffee, tea, and light snacks (e.g., cookies, bagged chips, etc.) and for the children (e.g. popcorn or fruit cups). Specific timeframes service shall be available will be determined. d. Contractor will furnish all food items, cooked, and delivered to the areas identified by catering manager at designated times in accordance with this SOW. e. Contractor shall provide full service catering to include setting up, plates, napkins, silverware, glasses/cups, clean up equipment to keep food hot/cold and removal of all trash. f. Contractor shall have all food items delivered and available on site no later than 7:30 a.m. for breakfast, no later than 12:05 p.m. for lunch and no later than time to be determined for afternoon break. g. Contractor shall provide water to be available all day and replenished (up to 8 hours) as necessary. h. Contractor shall provide all condiments (sugar, cream, sweetener, etc). Note: Children will eat meals with their families; however, afternoon break & beverage option shall be provided for them, as well. (END OF STATEMENT OF WORK) ________________________________________________________________________ EVALUATION FACTORS: The contract type for this procurement will be a firm-fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Offerors capability to provide a quality service and facility that meets the Government's needs; (2) Past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) Total cost or price. Technical factors combined are approximately equal to price. Note on Price Evaluation factor: Prices for food, inclusive of all service fees shall not exceed the per diem rates for breakfast and lunch for the location of the hotel. Prices for lodging shall not exceed the per diem rate for the location of the hotel and applicable time of year. There are several steps to determine maximum allowable meal charge. Step 1: Go to http://www.gsa.gov/portal/category/100120. Step 2: Identify the correct location of your facility. Step 3: Go to the last column on the right to determine the Meals and Incidental Expense rate. Step 4: Go to http://www.gsa.gov/portal/content/101518. Step 5: Identify the corresponding M&IE rate column. Step 6: Locate the breakfast and lunch rates. For example, Brockton, MA falls under Plymouth/Taunton/New Bedford. As such the daily M&IE rate is $51.00. The M&IE breakdown reveals that breakfast cannot exceed $8.00 and lunch cannot exceed $12.00. Prices for lodging shall not exceed the per diem rate for your hotel location and applicable time period. Hotel room lodging numbers are for estimating and pricing purposes only. The government will confirm minimum number of rooms no later than 3:00 p.m. on the Monday prior to the event. The hotel shall identify in its proposal the latest date and time for the government to increase the number of rooms at the rate identified in the price proposal. Final guarantees for food shall be given 72 hours before the first meal. Invoicing shall be based on minimum guarantees for rooms and food plus other costs such as meeting rooms, audio-visual equipment rental, etc., plus any additional meals served or rooms occupied by conference attendees following the furnishing of the minimum guarantees. Only the Government's conference coordinator or alternate is authorized to increase the number of meals or rooms after the guarantees are submitted. The conference coordinator or alternate must first contact the contracting officer before adding meals or rooms after the guarantees are submitted. Quotes are due NLT 12:00pm (noon) 22 April 2011. Quotes may be e-mailed to Margaret.L.sullivan@us.army.mil. All quotes must arrive by the time specified. INSTRUCTIONS Offers shall include in their quotations: (1) A detailed proposal that shows pricing for services as follows: CLIN 0001QTY: 120 EA Provide lodging price per room per night based on Government per diem pricing see Price Evaluation factors above. CLIN 0002QTY: lump sumProvide Conference room costs (if any) breakout rooms & Ballroom rental costs CLIN 0003 Provide meal pricing per person per meal (Note: if children prices are different please identify) 0003AA QTY: 155 EALight Breakfast, Saturday 0003AB QTY: 155 EASaturday, Plated meal Lunch 0003AC QTY: 155 EALight breakfast, Sunday 0003AD QTY: 155 EASunday, Boxed Lunch 0003AE QTY: 155 EABreak, Saturday afternoon 0003AF QTY: 155 EABreak, Sunday afternoon CLIN 0004QTY: lump sumAudio Visual costs - itemize costs (projectors, microphones, etc.) 2. Fill out List of References of Past Performance. Click on Additional Documentation below. 3. Include quotation number, offeror's name and address, point of contact, phone number, fax number, e-mail address (if available), CCR number, and TIN on cover sheet. 4. Include a proposed menu for each meal. Failure to provide this information with your offer may cause your offer to be considered non-responsive. Please direct questions to Margaret.L.sullivan@us.army.mil in writing NLT Wednesday, April 20,2011,3pm. Answers will be posted to Fedbizops by 10pm, April 20,2011. Please see ADDITIONAL DOCUMENTS FOR Clauses and Provisions, Past Performance References and Schedule of Rates.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19/W912SV-11-T-0008/listing.html)
 
Place of Performance
Address: USPFO for Massachusetts 50 Maple Street, Milford MA
Zip Code: 01757-3604
 
Record
SN02427925-W 20110421/110419234700-d886c5392d115bed13cc69a045e55dcd (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.