Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
SOLICITATION NOTICE

X -- The Colorado Army National Guard is coordinating conference space rental and hotel accommodations for the Design & Project Management for CFMO's Certification Course (CFMO-104), 31 October - 04 November, 2011

Notice Date
8/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USPFO for Colorado, ATTN: Mail Stop 53, 660 South Aspen Street, Building 1005, Aurora, CO 80011-9511
 
ZIP Code
80011-9511
 
Solicitation Number
W912LC11T0028
 
Response Due
9/9/2011
 
Archive Date
11/8/2011
 
Point of Contact
Adrienne Rochat, 720-847-8347
 
E-Mail Address
USPFO for Colorado
(adrienne.rochat@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 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 Number W912LC-11-T-0028. The solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 (12 Jun 2008) and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20080721. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. This acquisition is for the purchase of the following service contract. The Colorado Army National Guard is coordinating conference space rental and hotel accommodations for the Design & Project Management for CFMO's Certification Course (CFMO-104), 31 October - 04 November, 2011. The North American Industrial Classification System (NAICS) code for this procurement is 721110. Please respond by 9 a.m., Mountain Standard Time, September 9, 2011. Quotes received after this time will not be considered. The type of contract will be firm fixed price. This solicitation is contingent on availability of funds. If third-party vendors or event planners bid on event, they must have a minimum of one employee present on location for the entire event at no additional expense to the government or hotel. Additionally, they must be willing to attend planning meetings as required at no additional expense to the government or host hotel. Requirements 1.Hotel in Denver, lower downtown area in a building of historical significance. Historical building has maintained its historic integrity, architecture and ambiance. Lower Downtown area provides many amenities to out of State attendees and minimizes the need for rental cars. 2.Lodging will be paid for by individuals with their Government Travel Cards. Individuals are responsible for calling the hotel and setting up their own reservations. The hotel must provide a timeframe for the reservations to take place. The reservation cut-off date should be as close to 30 October 2011 as possible. 3.The lodging rates must be at or below the per diem rate of $141 (or FY12 per diem rates). The Colorado Army National Guard is a tax exempt organization. Tax exemption forms will be provided to the hosting hotel. The hotel must have the space and availability to support the following dates and estimated number of rooms: Friday, October 28th - 6 rooms Saturday, October 29th - 6 rooms Sunday, October 30th - 51 rooms Monday, October 31st - 48 rooms Tuesday, November 1st - 48 rooms Wednesday, November 2nd - 48 rooms Thursday, November 3rd - 48 rooms Friday, November 4th - 48 rooms 4.Conference Room w/classroom configuration to accommodate approximately 51 individuals for 5 days from 7:30 am to 5:00pm, Monday-Friday. 5.Coffee, hot/cold tea, sodas and morning snack for up to 51 individuals in classroom; 7:30 a.m. Monday through Friday (October 31 to November 4, 2011) 6.Refreshments and beverages; 10:00 am Monday through Friday (October 31 to November 4, 2011) 7.Mid-afternoon light refreshments and snacks for up to 51 individuals in classroom; 2:30 p.m. Monday through Friday (October 31 to November 4, 2011) 8.Mandatory presentation by guest speaker should have a room which includes hot appetizers for up to 40 individuals including cash bar and meeting space; Monday evening, 31 October, 6:00 to 7:30 p.m. 9.Table set up each day at front of classroom for projector. Electrical outlets must be available. The hotel must allow for COARNG to provide their own AV equipment and support staff. 10.Two skirted tables with 2 - 3 chairs in lobby or outside classroom for registration of conference attendees; Sunday, 30 October afternoon from 5:00 to 7:30 pm. 11.Podium if available at no additional charge to the government 12. This request does NOT include meals (breakfast, lunch, dinner). It will be up to the individuals to choose a location to eat their meals. Individuals are provided with per diem to cover the cost of the meals. Hotels should not factor meal requirements into their proposal. Proposal Proposals pricing should follow the line item breakdown listed below. Items paid for on the contract: Line Item #1 - Conference Space Rental and Light Refreshments/Snacks $_________ (Fiscal Law prohibits paying for any type of gratuity or service fees. The proposal can't have these fees listed in the proposal). Items paid for out of pocket by Individuals: Line Item #2 - Lodging price $______ per room (The total cost must be at or below the per-diem rate of $141.00 per room or adjusted per diem 2012 rates) Vendor must have a Green Initiatives program in place and include this information with their proposal. Third-party vendors must demonstrate Green Initiatives within your own company as well as the location submitted. An example of an Environmental Initiatives/program would include a water reduction program, energy saving program, waste reduction program, recycling program, use of non/less toxic products, or use Energy Star appliances. Vendor must include use of reusable tableware/utensils/napkins whenever practical. Any disposable tableware used should include a minimum 72% bio-based content. This will be part of our evaluation criteria. The Government will award to the lowest priced, responsible contractor whose quote confirms to the solicitation. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors, Commercial Items (Nov 2007) and 52.215-5, Facsimile Proposals (Oct 1997) applies to this acquisition. Submit signed and dated quotes on company letterhead. The contractor must be registered in the Central Contractor Registration database. Offerors must be registered in the Online Representations and Certifications system at http://orca.bpn.gov. Clauses and provisions may be accessed via the internet, http://farsite.hill.af.mil. The following FAR clauses 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007) is incorporated into this RFQ and is amended to add the following FAR clauses: 52.204-7 Central Contractor Registration (Jul 2006), 52.252-2, Clauses Incorporated by Reference (Feb 1998), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2008). The following additional FAR Clauses are applicable: 52.219-6,;52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers With Disabilities (June 1998); 52.222-50, 52-223-15 Energy Star, 52.223-16 EPEAT, Combating Trafficking in Persons (Aug 2007; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). The following DFARS clauses apply 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Mar 2008) specifically the following clauses under paragraphs (a) and (b) are applicable; 252.204-7004, Alternate A (Sep 2007). This contract incorporates one or more clauses by reference, with the same force and effects as if they were given in full text. Upon request, the contracting Officer will make their full text available. Also, the full test of a clause may be accessed electronically by these addresses: www.farsite.hill.af.mil or www.arnet.gov/far. The following additional clauses are also incorporated into this solicitation DFAR 252.204-7004 Alt A, Required Central Contractor Registration (Sep 2007); A due date for offers will be 9 a.m., Mountain Standard Time, 9 September 2011. Offers will only be accepted by email adrienne.rochat@us.army.mil. Reference the Solicitation number W912LC-11-T-0028. Questions/comments must be emailed to Adrienne Rochat at the above email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA05/W912LC11T0028/listing.html)
 
Place of Performance
Address: USPFO for Colorado ATTN: Mail Stop 53, 660 South Aspen Street, Building 1005 Aurora CO
Zip Code: 80011-9511
 
Record
SN02551208-W 20110828/110826235324-5038212252756594238df00681c13058 (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.