Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

V -- Lodging, Conference Space, Childcare and Meals within Schaumburg, IL 19-24 October 2011

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
MICC - Fort McCoy (RC - North), Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SA11T0312
 
Response Due
10/8/2011
 
Archive Date
12/7/2011
 
Point of Contact
Shannon Wamsley, 608-388-2198
 
E-Mail Address
MICC - Fort McCoy (RC - North)
(shannon.g.wamsley.civ@mail.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 applicable, and 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-53. The solicitation number is [W911SA-11-T-0312] and is issued as a Request for Quotes (RFQ), unless otherwise indicated herein. The associated North American Industrial Classification System (NAICS) code for this procurement is [721110] with a small business size standard of [$30.M.] This requirement is unrestricted and qualified offerors may submit quotes. Only qualified offerors registered in CCR and ORCA under this NAICS Code will be considered for this RFQ. The solicitation will start on the date this solicitation is posted and will end on [08 OCTOBER 2011; 10:00AM Central Time]. An award for this requirement will be made pursuant to FAR 13.5, Test Program for Certain Commercial Items. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to provide Lodging, Conference Space, Childcare and Meals within Schaumburg, IL for the dates of 19 October 2011 to 24 October 2011. The requirements, Contract Line Item Numbers (CLINs), and additional applicable clauses and provisions for this solicitation are identified in the attachment entitled RFQ. In accordance with 52.212-2, Evaluation--Commercial Items - The Government will award a Firm Fixed Price (FFP) 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 factors shall be used to evaluate offers: (i) technical (ii) price (iii) past performance Technical and past performance, when combined, is more important than price. See Information for Evaluation within the RFQ attachment for more information. Venue shall provide supporting literature or documentation for their accommodations. Venue shall have meeting space for multiple simultaneous briefings; conference space (Ballroom) shall be free of pillars or obstructions. All meeting and sleeping rooms shall be under the same roof. The hotel facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12101 et. Seq.). Additionally, the set up for conference, Breakout and Dining rooms shall comply with the Americans with Disability Act (ADA) for ease of mobility. There shall not be any hampered movements in aisle, walkways, and other egresses for equipment such as walkers, wheelchairs and etc. Child care staff must have all required certifications. All child care services include requirements for criminal history background checks on employees who shall perform child care services under the contract in accordance with 42 U.S.C. 13041. The Contractor's signed certificate shall be attached to or included with the solicitation submission and will be incorporated by reference in to any resultant contract. CERTIFICATE OF CONFORMANCE MUST BE SIGNED AND RETURNED. The government is not responsible for room service charges, long distance phone charges, internet service charges, or movie rental charges. The government will only pay for rooms actually used. Government per Diem will be adhered to for rooms provided by the contractor. http://www.defensetravel.dod.mil/site/perdiem.cfm THE FEDERAL GOVERNMENT IS TAX EXEMPT. The final quoted price(s), both total and individual, MUST include all applicable taxes, fees, gratuities, commissions, service charges, etc...NO EXCEPTIONS. In accordance with the Hotel and Motel Fire Safety Act of 1990, Public Law 101-391, conferences, seminars, and other meetings, must be held at facilities with fire-safe approved accommodations. Approved accommodation is defined as any place of public lodging that is listed on the national master list of approved accommodations. The national master list of all approved accommodations is compiled, periodically updated, and published in the Federal Register by FEMA. Additionally, the approved accommodation list is available on the U.S. Fire Administration's Internet site at http://www.usfa.fema.gov/hotel/index.htm. The approved accommodation for this requirement shall be listed on this site and will be validated as such prior to award. If an offer is based on a teaming/partnering relationship, the offeror shall provide with its quote, all required solicitation information for all parties including a copy of the agreement with the hotel, SIGNED BY BOTH PARTIES, on official hotel letterhead, and include information which identifies the responsibilities for each entity under this purchase order. The agreement shall demonstrate the existence of a relationship between firms and their agreement to provide the services required under this acquisition. If at any time during the acquisition process, the hotel becomes unavailable as proposed, any replacement agreement with a different hotel shall be submitted to the Government for consideration and approval. IF HOTEL NAME AND TEAMING AGREEMENT ARE NOT PROVIDED BY CLOSE OF RFQ, THE QUOTE WILL NOT BE CONSIDERED. ALL DISCOURSE CONCERNING THIS SOLICITATION AND ITS REQUIREMENT SHALL BE DIRECTED TO THE FORT MCCOY CONTRACTING OFFICE. ANY REMARKS, EXPLANATIONS, ANSWERS PROVIDED BY ANY OTHER GOVERNMENT REPRESENTATIVE SHALL NOT CHANGE OR QUALIFY ANY OF THE TERMS OR CONDITIONS OF THE SOLICITATION OR ANY RESULTANT CONTRACT. THE SOLICITATION SHALL ONLY BE CHANGED BY A WRITTEN AMENDMENT ISSUED BY THE FORT MCCOY CONTRACTING OFFICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eb6432ee53706f2a4a51b1eeafd978e1)
 
Place of Performance
Address: MICC - Fort McCoy (RC - North) Building 2103, 8th Avenue, Fort McCoy WI
Zip Code: 54656-5153
 
Record
SN02567925-W 20110910/110909000853-eb6432ee53706f2a4a51b1eeafd978e1 (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.