Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2011 FBO #3527
SOLICITATION NOTICE

V -- AR-MEDCOM FAMILY PROGRAMS ACADEMY: 29 JULY - 31 JULY 2011 IN THE HOUSTON, TX AREA

Notice Date
7/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
MICC - Fort Dix (RC - East), 5418 South Scott Plaza, Fort Dix, NJ 08640-5097
 
ZIP Code
08640-5097
 
Solicitation Number
10071998
 
Response Due
7/22/2011
 
Archive Date
9/20/2011
 
Point of Contact
Joseph Haslach, 609-562-2763
 
E-Mail Address
MICC - Fort Dix (RC - East)
(joseph.haslach@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. Solicitation # 10071998 is hereby issued as a Request for Quote (RFQ) for sleeping rooms, meeting rooms, audio/visual equipment, internet service, airport shuttle service, and meals during the period of 28 July - 31 July 2011 in the Houston, TX area. This procurement is being issued as a Small Business Set-Aside - only Small Businesses are eligible for award. All Small Businesses under NAICS Code 721110 are being solicited resulting in a COMPETITIVELY awarded purchase order contract. Please be aware that as of 05 November 2010, the Small Business Size Standard has changed from $7.0M to $30M. 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. The anticipated award will be a Firm-Fixed Price (FFP)-type contract. Offerors must submit quotes on the full quantity identified in the attached "REQUEST FOR QUOTE" document, along with a menu for the required meals (in accordance with the attached Commercial Meal Plan), and a breakdown of the types of sleeping rooms being proposed. The Government will award a purchase order contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following evaluation factors shall be used to evaluate offers: Technical (Facility Assessment consisting of cleanliness, security, amenities, availability of meeting space & rooms to support conference requirements, meals, and shuttle service), Location (within 25 miles of the George Bush Intercontinental Airport and within 0.5 miles of Eateries as per Google Maps), Price, and Past Performance (based and references submitted and independent research). Award will be based on the best value to the Government. 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 offers 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. QUOTES MUST INCLUDE THE FOLLOWING INFORMATION: a) a list of three (3) references for a similar stay. References shall include; name/point of contact, address, phone number, and Email address b) a list of facility amenities c) pricing, CAGE code, DUNS number, and Federal Tax ID d) a menu for the required meals (in accordance with the attached Commercial Meal Plan) Third party providers should include the additional information requested in the paragraph listed below. Failure to provide this information with your quote may deem your quote to be TECHNICALLY UNACCEPTABLE and/or NON-RESPONSIVE. This is NOT a solicitation for Event Planning Services. 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 event(s) and must be physically present full time at the hotel during the entire event(s). The technical approach must include the third party's lodging representative's name and 24 hour contact information. b) A copy of a signed, written agreement between the offeror and a representative, from the hotel, who has binding authority of stated hotel facility. This agreement must state that the third party has been given the authority to propose a quote for 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 all requirements that are listed in the contract line item numbers (CLINs) and the additional technical requirements section on the attached "Request for Quote" document, and that the hotel has the accommodations to meet all requirements. This agreement must also be dated with a date no earlier than the Solicitation posting and no later than the Solicitation due date. c) A copy of all insurance(s) (standard business, liability, extraordinary insurances) for evaluation purposes. Again, this is NOT a solicitation for Event Planning Services. An offer which requires the Government to execute a separate agreement with a third party vendor shall be deemed TECHNICALLY UNACCEPTABLE. The requirements and Contract Line Item Numbers (CLINs) for this request for quote are listed in the attachments entitled "REQUEST FOR QUOTE", "PWS", and "COMMERCIALMEALPLAN". Contractors are to complete the "REQUEST FOR QUOTE" document and return by the RFQ submittal date & time listed within. ONLY ONE QUOTE PER CONTRACTOR WILL BE CONSIDERED. ALL LATE QUOTES WILL BE REJECTED. NOTE: The final quoted price(s), both total and individual, MUST include all applicable taxes, fees, gratuities, commissions, service charges, etc...NO EXCEPTIONS. THE FEDERAL GOVERNMENT IS TAX EXEMPT. PROVISIONS/CLAUSES: please see attached REQUEST FOR QUOTE for all provisions and clauses that will/may apply to this solicitation and/or purchase order contract. LOCATION: The hotel must be within 25 miles of the George Bush Intercontinental Airport, Houston, TX (as per Google Maps). The contractor is put on notice that the Government will not be held liable for any requirement that is to be paid for by participants or any amounts associated with those items, including any guaranteed minimum purchases that the contractor may require. All services to be provided by the Hotel will be in accordance with the Performance of Work (PWS), which is attached separately. REQUIRED RESPONSE DATE: Quotes MUST be received by 3:00 pm Eastern Standard Time (EST) on 22 July 2011. Quotes are to be emailed or faxed to Joseph Haslach, Contract Specialist, at joseph.m.haslach.civ@mail.mil or (609)562-3625. If you fax your quote, please send an email stating the time the quote was faxed within 30 minutes of sending the fax to joseph.m.haslach.civ@mail.mil. An official authorized to bind your company shall sign the quote. Questions concerning this solicitation should be addressed to Joseph Haslach, Contract Specialist, via email, at joseph.m.haslach.civ@mail.mil no later than 11:00am EST on 22 July 2011. All questions or inquiries must be submitted in writing. Quotes are being requested and a written solicitation will not be issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8e92677da61256e79c3421b9d2ae397e)
 
Place of Performance
Address: MICC - Fort Dix (RC - East) 5418 South Scott Plaza, Fort Dix NJ
Zip Code: 08640-5097
 
Record
SN02504601-W 20110722/110721002454-8e92677da61256e79c3421b9d2ae397e (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.