Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

S -- Yellow Ribbon in Appleton, WI from 16-18 September 2011

Notice Date
8/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
MICC Center - Fort Dix (RC)(Joint Base McGuire/Dix/Lakehurst), 5418 South Scott Plaza 3rd Floor, Fort Dix, NJ 08640-5097
 
ZIP Code
08640-5097
 
Solicitation Number
W91LV2Q11APPL
 
Response Due
9/1/2011
 
Archive Date
10/31/2011
 
Point of Contact
Christopher Heim, 609 562 3193
 
E-Mail Address
MICC Center - Fort Dix (RC)(Joint Base McGuire/Dix/Lakehurst)
(christopher.andrew.heim@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 # W91LV211QAPPL is hereby issued as a Request for Quote (RFQ) for a Yellow Ribbon event during the period of 16-18 September 2011 in Appleton, WI. This procurement is being issued as a small business set aside. Note: The small business size standard for Hotels has recently been increased from $7.5 M to $30 M. All vendors are requested to update their CCR records to reflect any changes that may be necessary to reflect their current size standard. Contractors are required to fully read this requirement carefully and submit the requested information as stated. Proposals will only be accepted with all of the information completely filled out on the Request for Quote form as specific required information is being requested. 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. Failure to submit a quote for EACH line item will result in the entire quote being deemed non-responsive. 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 Contracting Officer reserves the right to make no award under this procedure. 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. FAILURE TO SUBMIT ANY OF THE FOLLOWING INFORMATION WILL RESULT IN A REJECTED BID DUE TO NON-RESPONSIVENESS: 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 statement confirming that your company is registered in ORCA or a copy of your company`s Representations and Certifications completely filled out e) For third party vendors, your quote shall 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 submit the following information. Failure to provide this information will result in the quote being deemed non-responsive, therefore making it ineligible for award. Offerors are required to submit ALL of the following at time of proposal: a)A copy of all insurances (standard business, liability, extraordinary insurances). Statements in the quote stating that offeror will provide a copy of insurance upon contract award IS NOT acceptable. b)A technical approach to the requirement- This approach will describe how the non-hotel offeror will ensure smooth and seamless performance of the requirement. c)Contact information (name, phone number, email address) for an individual from the proposing offeror that will be on-site for the entire duration of the event. The individual must be an employee of the company proposing and responsibility may not be delegated to a representative of the hotel that is being proposed. d)A signed, written subcontracting agreement between offeror and hotel stating the required dates. The agreement must be dated no earlier than RFQ release date and no later than proposal due date 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 attachment entitled REQUEST FOR QUOTE. Contractors are to complete the RFQ and return by the submittal date & time listed within same. Please note that the Government is not authorized to pay prices higher than the allowable per diem rate for a specific area. The maximum allowable rate for Outgamie County, WI is $81.00 per night. The per meal breakdown is provided in the attached RFQ. ONLY ONE QUOTE PER CONTRACTOR WILL BE CONSIDERED. ANY QUOTES NOT RECEIVED BY THE DUE DATE AND TIME SPECIFIED IN THIS ANNOUNCEMENT WILL BE REJECTED. ADDITIONALLY, ANY INCOMPLETE PROPOSALS NOT CONTAINING THE REQUIRED INFORMATION AS STATED IN THIS SOLICITATION/SYNOPSIS WILL ALSO 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 RFQ for all provisions and clauses that will/may apply to this solicitation and/or purchase order contract. LOCATION: The hotel must be within 15 miles of Outgamie Country Regional Airport. 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. REQUIRED RESPONSE DATE: Quotes MUST be received by 10:30 A.M. Eastern Standard Time (EST) on 1 Sept 2011. Quotes are to be emailed to Christopher Heim, Contract Specialist, at christopher.andrew.heim@us.army.mil on the Request for Quote form provided as part of this solicitation/synopsis. An official authorized to bind your company shall sign the quote. Questions concerning this solicitation should be addressed to Christopher Heim, Contract Specialist, via email at the address provided above. All questions or inquiries must be submitted in writing. Any questions received telephonically will not be answered and you will be directed to submit your question in writing. Quotes are being requested and a written solicitation will not be issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c162fa9e653eaa055237a6c28e540d72)
 
Place of Performance
Address: MICC Center - Fort Dix (RC)(Joint Base McGuire/Dix/Lakehurst) 5418 South Scott Plaza 3rd Floor, Fort Dix NJ
Zip Code: 08640-5097
 
Record
SN02553378-W 20110831/110829235224-c162fa9e653eaa055237a6c28e540d72 (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.