Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2012 FBO #3724
MODIFICATION

X -- Hotel and Conference Facility

Notice Date
2/2/2012
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, Virginia, 22202-3231
 
ZIP Code
22202-3231
 
Solicitation Number
W9133L-12-R-0021
 
Archive Date
3/13/2012
 
Point of Contact
Lisa R. Loverde, Phone: 7036071238, Stephanie B. Senior, Phone: 7036075334
 
E-Mail Address
lisa.loverde@us.army.mil, stephanie.senior1@us.army.mil
(lisa.loverde@us.army.mil, stephanie.senior1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 1 - The purpose of this amendment is to make make changes to the due dates. Please refer to the Important Date section for the new information. COMBINED SYNOPSIS/SOLICITATION January 25, 2012 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, and FAR Part 15 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. Intent The government shall award a firm-fixed-price contract to the Offeror whose offer provides the best value to the Government. Description of Services: Hotel and conference facility. See the Performance Work Statement for details. INSTRUCTIONS TO OFFERORS General Information This solicitation is issued as a request for proposal (RFP) under solicitation number W9133L-12-R-0021 •1. Important Dates •a. Proposal Due Date - 8:00 am on February 27, 2012 •b. Questions Deadline - 5:00 pm on February 8, 2012 •c. Response to Questions - February15, 2012 •d. Contract Award Date - estimated on or before May 1, 2012 Set Aside - none Classification Code - 721110, Hotels Size - N/A Contract Line Item Numbers 0001 - Conference Support Services 0002 - Other Direct Costs 0003 - Manpower Reporting Requirement Description - See Performance Work Statement Performance Dates - May 20, 2012 - May 25, 2012 Performance Location - Reno, Nevada •9. The following clauses apply to this acquisition •a. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition •b. The provision at 52.212-2, Evaluation -- Commercial Items, if used, and the specific evaluation criteria to be included in paragraph (a) of that provision. If this provision is not used, describe the evaluation procedures to be used. •c. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. •d. The clauses 52.212-4, Contract Terms and Conditions -- Commercial Items and 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and to any addenda issued. •e. FAR 52.215-1, Instructions to Offerors-Competitive Acquisition •f. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. •g. FAR 52.202-1, Definitions •h. FAR 52.252-2, Clauses Incorporated by Reference SUBMISSION INSTRUCTIONS The proposal is comprised of three parts: technical, past performance (includes experience) and price. Instructions for submitting the proposal and required content is provided below. Technical Proposal - Arrangement Offeror's proposal should be arranged in the following order (see Required Submittals below). The technical proposal should be arranged in the same order and with the same headers as shown in the Performance Work Statement. Price and technical proposal must be submitted separately. Past performance information can be combined with the technical proposal or included as a separate submission. Number of Copies Technical Proposal and Past Performance - one original and five copies Price Proposal - one original and one copy Page limits - None Required Submittals •a. Cover letter - see description below •b. Technical proposal •c. Past performance •1. List of prior contracts (see Evaluation section for more information) •2. Attachment 2 - Past Performance Questionnaire or copies of Contractor Performance Reports from prior contracts. •d. Price proposal •e. Attachment 3 - Price certification sheet •f. Product/services literature Delivery Instructions •1. Delivery Location - deliver to Lisa Loverde, Contracting Officer, National Guard Readiness Center, Acquisition Office, 111 South George Mason Drive, Bldg 2, 4 th Floor, Arlington, VA 22204 •2. Delivery Method - the National Guard Readiness Center is a secure facility and contractors may have difficulty gaining accessing. The recommended delivery method is UPS or Federal Express. If you want to hand deliver the proposal, you must coordinate the delivery ahead of time with the contracting officer. Lisa Loverde 703-607-1238 or lisa.loverde@us.army.mil. •3. Emailed Proposals - Will not be accepted. Offerors must submit hard copy proposals for evaluation. 4. Late Proposals - In accordance with FAR 15.208, any proposal, modification, or revision, that is received at the designated Government office after the exact time specified for receipt of proposals is "late" and will not be considered unless it is received before award is made, the contracting officer determines that accepting the late proposal would not unduly delay the acquisition ; and- (i) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of proposals; or (ii) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of proposals and was under the Government's control prior to the time set for receipt of proposals; or (iii) It was the only proposal received. TECHNICAL PROPOSAL Cover Letter A one page cover letter must accompany the proposal and must be signed by an individual authorized to commit the organization. The following information must be provided in the cover letter. •1. Request for Proposal Title, proposal number and date •2. Name and address of company •3. Name, title, phone number, and email of person authorized to sign for company •4. Name, phone number, and email of POC for contract administration •5. CAGE code, Duns Number and Taxpayer Identification number Content •1. The technical proposal consists of two parts: the technical solution and past performance information. Past performance information can be included with the technical solution or it can be submitted as a separate document. •2. In the proposal, Offeror must address all areas listed in the performance work statement. The National Guard is especially interested in the subfactors listed below and the Offeror should discuss these areas in detail. Failure to address all factors and subfactors may cause the proposal to be rejected. Subfactors •a. The facility - size, location, amenities, etc. •b. The availability of conference space on the conference dates •c. The availability of lodging for up to 700 attendees on the conference dates •d. Conference room(s) size, layout and amenities •e. Food and beverage options and layout in conference space •f. Registration area size, location and maximum number of people accommodated at one time •g. Hotel security and subcontracted security •h. Parking accommodations •i. Shuttle service •3. Offerors must submit supporting literature (brochures, floor plans, pictures, information documents, etc.) that discusses and describes the facility (conference room, lodging rooms, etc.) and services (conference support, audio visual service, etc.) PAST PERFORMANCE Offeror shall provide contact information for all contracts (Government or commercial) held in the past three years for the same services. Offeror's submittal must include the following information for each contract: •1. List of prior contracts • i. Name of contracting activity and contract number • ii. Period of performance and Dollar value • iii. Brief description of the contract work, location(s), and conditions of performance • iv. Point of Contact Information - name, phone number and email address for the Contracting Officer and Contracting Officer Representative (COR) • v. A description of any litigation, past, present or pending, against the Offeror related to the contract, including identification of the cognizant agency, name, address and telephone number of the cognizant agency official, and the relevant file numbers •2. Contractor Performance Reports - Optional - in lieu of references •3. References - See Attachment 2 Newly formed entities without prior contracts should provide a statement to that effect. PRICE PROPOSAL Price Evaluation Prices must be provided for each service area identified below. Offeror must provide a summary total for each item and a grand total for all items combined. •1. Conference Rooms and Support Services - •a. Must provide a price for each room •2. Audio Visual Equipment and Services •a. Must provide a price for each equipment item •b. Must provide a labor category, number of hours and hourly rate for each support person •3. Refreshments •a. AM Beverage Service •b. AM Mid-Morning Break •c. PM Mid-Afternoon Break •d. Must also provide a daily "per person" rate for refreshment service •4. Security •a. Must provide a total price for security services •5. Offerors are also asked to provide a list of the additional amenities, benefits, or discounts offered in the areas listed below. Amenities, benefits, and discounts should be related to professional services for the organization. The Government will not utilize amenities, benefits or discounts offered for personal services for conference attendees. •a. Audio Visual •b. Restaurant Dining and Conference Food and Beverages and •c. Conference Space •d. Wi-Fi, Business Center •e. Lodging •f. Other Failure to price any of the items will cause the offer to be rejected. If a separate price is not charged for an item, enter a zero or "no charge" in the price column. See sample price proposal sheet for more information. SAMPLE PRICE PROPOSAL Conference Space Qty Unit Each $ Total •1. General Session Room 2 day $ 100 $200 •2. Breakout Rooms 10 day $25 $250 •3. Staff Room 1 day $0.00 0.00 Total Conference $450 Audio Visual Equipment Qty Unit Each $ Total •1. Screen 2 each $150 $300 •2. Projector 1 each $30 $30 •3. Labor (daily rate) 2 day xx.xx xx.xx •4. Total Labor Refreshments •1. AM Beverage Service •2. AM Mid-Morning Break •3. PM Mid-Afternoon Break Grand Total - Conference Services $X,XXX Additional Pricing Information •1. Daily per person rate $______________ •2. Audio Visual Labor Categories and Rates •a. Technician •b. Etc. Offerors must also sign and date the Price Certification sheet. See Attachment 3. Failure to sign the Price Certification will result in rejection of your offer. EVALUATION AND AWARD •1. Evaluation The Government intends to award a firm-fixed price contract using the tradeoff process explained at FAR 15.101-1. The evaluation will be limited to the information provided in the proposal. Therefore, Offerors must provide enough detail to allow evaluators to assess their ability to perform. Offeror should not assume that the National Guard is familiar with their facility and services and must describe the services and products offered and discuss the advantages of using their facility. Failure to address any of the evaluation factors or subfactors may cause the proposal to be rejected. The following factors shall be used to evaluate offers. •2. Evaluation Factors •a. Factor 1 - Technical Approach The technical proposal will be evaluated on the Offeror's demonstrated ability to meet or exceed requirements in the Performance Work Statement (PWS). Offeror's proposal must address all PWS requirements and in particular, the listed subfactors (see technical section). Note: Subfactors will not be individually rated; ratings will be provided at the factor level only. Proposals that merely restate the Performance Work Statement will not be rated as highly as offers that describe the services in detail. Offeror is encouraged to highlight special benefits, features and/or discounts offered that exceed the Government's requirement. •b. Factor 2 - Past Performance The Offeror shall be evaluated on their conduct in performing similar contracts and the depth of their experience. If there is no relevant past performance, the offeror will be evaluated neither favorably nor unfavorably and such lack of relevant past performance will result in the assessment of a "unknown confidence (neutral)" rating. Offeror's are cautioned that in conducting the past performance evaluation, the Government may use data provided in an offeror's proposal and data obtained from other sources. Since the Government may not necessarily contact all of the sources provided by an offeror, it is incumbent upon the offeror to explain the relevance of the past performance information provided in their offer. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proving positive past performance rests solely with the offerors. •c. Factor 3 - Price The price proposal will not be rated but will be evaluated against any or all of several bases of comparison including the independent Government estimate; current or recent prices for the same or substantially the same services purchased in comparable quantities under similar terms and conditions; comparisons with other Offeror's proposals; and market prices of commercial products and services sold to the public. For the purposes of this solicitation, the price shall be evaluated on the total delivered price of all services. The proposal will be evaluated for completeness, reasonableness, balance and realism. The Government shall analyze offers to determine whether they are unbalanced or unrealistic. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly over or understated as indicated by the application of cost or price analysis techniques. Proposals that are determined to be unbalanced or unrealistic may be rejected if the contracting officer determines that the lack of balance poses an unacceptable risk to the Government. •3. Order of Importance The evaluation factors are listed in order of their importance with the technical solution being the most important single factor. All evaluation factors other than cost or price, when combined are significantly more important than cost or price. •4. Compliance with Requirement Each Offeror must comply with the detailed instructions for the format and content of the offer in order to be considered for award. When evaluating an offer, the Government will consider how well the Offeror complied with the letter and spirit of these instructions. The Government will consider the Offeror's failure to comply with these instructions an indicator of the type of conduct it can expect during contract performance. Therefore, Offerors are encouraged to contact the Contracting Officer in order to request an explanation of any aspect of these instructions. •5. Discussions The Government intends to evaluate proposals without discussions with Offerors (except communications conducted for the purpose of minor clarifications), however, the Government reserves the right to enter into discussions if deemed appropriate by the contracting officer. •6. Evaluation Ratings The following rating tables will be used to rate the technical proposal and past performance. Table 1. Technical Proposal Ratings Color Rating Description Blue Outstanding Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low. Purple Good Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low. G reen Acceptable Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate. Yellow Marginal Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high. Red Unacceptable Proposal does not meet requirements and contains one or more deficiencies. Proposal is unawardable. Table 2. Past Performance Relevancy Ratings Rating Definition Very Relevant Present/past performance effort involved essentially the same scope and magnitude of effort and complexities this solicitation requires. Relevant Present/past performance effort involved much of the magnitude of effort and complexities this solicitation requires. Somewhat Relevant Present/past performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires. Not Relevant Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. Table 3. Performance Confidence Assessments Rating Description Substantial Confidence Based on the offeror's recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. Satisfactory Confidence Based on the offeror's recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Limited Confidence Based on the offeror's recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort. No Confidence Based on the offeror's recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort. Unknown Confidence (Neutral No recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. AWARD The Government intends to award a firm-fixed price contract to the Offeror whose proposal provides the best overall value. 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 offer's 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. CONTACT INFORMATION Contracting Officer - Lisa Loverde Email - lisa.loverde@us.army.mil Address - National Guard Army Readiness Center, 111 S. George Mason Drive, Arlington, VA 22204 Attachment 1 PERFORMANCE WORK STATEMENT Conference Services and Lodging PURPOSE The National Guard intends to procure a single facility to provide conference, lodging, audio visual support, and security services. A firm-fixed price contract will be awarded to the Offeror that can meet all requirements and provide all services on the dates requested. SCOPE The selected facility must provide conference space, conference support, audio visual services (equipment and labor), security, registration support, lodging, in-house dining facilities, parking, and shuttle transportation. EXCLUSIONS •1. This requirement is not for third party planners. Offers from third party planners will not be considered. •2. To facilitate timing, coordination, and security, this requirement is restricted to facilities that can accommodate all requirements within one facility. ATTENDANCE Expected attendance is between four hundred and seven hundred. PERIOD OF PERFORMANCE The period of performance begins May 20, 2012 and ends May 25, 2012. See list provided below for important conference dates. •· May 20, 2012 - Arrival of conference support staff •· May 22, 2012 - Arrival of conference attendees and JDAC meeting •· May 23, 2012 - Conference No Host Social •· May 23, 2012 and May 24 2012 - Conference •· May 25, 2012 - Departure of conference attendees CONFERENCE LOCATION Conference facility must be located in Reno, Nevada and must be within 10 miles of the 152 nd Airlift Wing, Nevada National Guard, 1776 National Guard Way, Reno, NV 89502 FACILITY REQUIREMENTS GENERAL INFORMATION •1. Facility must clean and free of mold, mildew, trash and any obvious health and/or safety hazard. •2. Facility must offer conference and hotel services and audio visual technology that are industry standards for facilities in the Reno, Nevada area and large scale conferences. •3. All services, lodging and dining must occur within a single facility. Multiple facilities are not acceptable. •4. All meeting space and lodging should be separately located from the casino area (if the facility has a casino) and must be accessible without entering the casino area. •5. Facility must provide information brochures and/or maps of facility layout. Information provided should show the location of the conference areas, dining areas, guest rooms, etc. CONFERENCE MEETING SPACE Contractor must provide a single large sized conference room that can accommodate all conference attendees (up to seven hundred) and provide 19 smaller break-out rooms. GENERAL SESSION •1. Must provide one (1) general session conference room that can accommodate all conference attendees in a single meeting. •2. Seating arrangement for the conference must be class room or theater style •3. Room must have a stage and enough room to accommodate audio visual equipment BREAK OUT ROOMS •1. Must provide at least thirteen (13) break-out rooms that can comfortably accommodate up to forty attendees per room •2. Must provide at least six (6) break-out rooms for individual meetings, operations and storage. •3. Seating Arrangements - classroom •a. Classroom style seating •a. must accommodate forty attendees per room •b. all seats must face the front of the room and provide a clear and unobstructed view of the stage and speaker. NO HOST SOCIAL Offeror must provide appropriate space for a no-host social in either a common area or restaurant bar. REGISTRATION AREA Offeror must provide a fixed registration area that can accommodate up to 200 attendees at one time. LODGING •1. Facility must have enough sleeping rooms to accommodate conference attendees (between four and seven hundred people). •2. Lodging rates must be in accordance with and cannot exceed Federal Government per diem rates. For more information, visit http://www.defensetravel.dod.mil/site/perdiemCalc.cfm. •3. Sleeping rooms for conference attendees must be located within a five minute or less walk to conference and meeting areas. •4. Sleeping rooms must be separately located from the casino areas and accessible by other routes than entering casino areas (if applicable) •5. The government is not responsible for room service charges, long distance phone charges, internet service charges, or movie rental charges. •6. The government will only pay for rooms actually used. •7. Offeror must reserve the required number of rooms (400 - 700) for overnight guests and only allow authorized (registered) conference attendees to book a room. DINING FACILITIES •1. Facility must have at least one full service restaurant on site. •2. Dining areas must be separately located from the casino area and accessible by other routes than entering casino area (if applicable). PARKING ACCOMMODATIONS •1. Facility must offer on-site parking. •2. Parking facility must be within a 10 minute walk of the conference area. •3. Facility must offer 24 hour full-service valet parking. SHUTTLE SERVICE Facility must offer shuttle service to and from the airport SERVICE REQUIREMENTS AUDIO VISUAL SERVICES Contractor shall also provide audio visual (AV) equipment, labor and support services VIDEO: •1. Qty of (2) 9'x12' Fastfold Screen with rear screen projection; for 2 days •2. Qty of (2) - 7k DLP Lumens Projector; for 2 days •3. Qty of (1) - Video Switcher Package for Image (includes (1) Screen Pro 2, (1) one Image Pro, (4) VGA Das, and (2) 17" Monitors); for 2 days •4. Qty of (1) - 42" Confidence Monitor; for two days •5. Qty of (1) - Video Cable Lot; for 2 days •6. Qty of (2) - Live feed to two rooms for 2 days AUDIO: •1. Qty of (1) - 24 Channel Mixer; for 2 days •2. Qty of (1) - EQ Package (includes graphics eq. parametric eq. processing); for 2 days •3. Qty of (1) - Ballroom Line Array Package (includes (12) boxes with (2) subs for front, (4) boxes for delays, and (4) amps); for 2 days •4. Qty of (1) - Audio Cable Lot; for two days •5. Qty of (2) - Wired Podium Microphone; for 2 days •6. Qty of (4) - wireless Microphone Package (includes (2) lavs and (2) handhelds); for 2 days LIGHTING: •1. Qty of (1) - Stage Wash Package (includes (6) Lekos and Pars for front wash, (3) Parcans for back light, dimmer, and lighting controller); for 2 days •2. Qty of (10) - LED Up Lighting; for 2days •3. Qty of (80) - Black Velour Drape; for 2 days LABOR: •1. Qty of (2) General Audio Tech to Set •2. Qty of (2) General Video Tech to Set •3. Qty of (2) General Lighting Tech to Set •4. Qty of (2) General Labor to Strike •5. Qty of (1) Audio/video and lighting technician on site during the conference to provide support ELECTRICAL Electrical charges are to be incorporated into the firm-fixed price offer. The National Guard will not pay separate or additional charges for electricity. EVENT MANAGEMENT •1. Contractor shall provide an on-site point of contact that will conduct all pre-event planning and on-site execution of the conference in coordination with the Government Contracting Officer Representative (COR) and other authorized Government officials. •2. Offeror shall host and participate in a pre-conference coordination meeting with National Guard Bureau conference coordinators one to two days prior to the conference event. The exact date and time will be determined after contract award. REGISTRATION SUPPORT SERVICES Offeror must obtain the conference registration code from any individual requesting a room within the block of rooms reserved for the conference. Individuals without the code are not authorized and cannot reserve a room with the reserved block. REFRESHMENT AND LUNCHEON SERVICE •1. Offeror must provide refreshments to conference attendees and conference support staff at designated times during the day. At a minimum, Offeror must provide the following food and drink items. •2. Food: whole fruit, Danishes, breakfast breads, bagels with cream cheese, cookies, and brownies. •3. Drinks: regular and decaffeinated coffee, hot tea, fruit juices, assorted coke products •4. A sample refreshment menu is listed below. The actual menu is very similar and will include specific times. •a) AM beverage service: regular and decaffeinated coffee, hot tea •b) AM mid-morning break: assorted fruit juices, whole fruit, Danishes, breakfast breads, or bagels w/cream cheese, assorted coke products, on consumption (estimated qty: 70), regular and decaffeinated coffee, and hot tea •c) PM mid-afternoon break: assorted coke products, regular and decaffeinated coffee, cookies, and brownies •5. Working Lunch Offeror shall be prepared to accommodate a working lunch, if needed. If a working lunch is scheduled, each attendee is responsible for the cost of their meal. The National Guard will not assume any financial responsibility for meal costs associated with the working luncheon. SAFETY REQUIREMENTS The Hotel and Motel Fire Safety Act of 1990 states that federally funded conferences and Federal employees, when on official travel, should stay in fire-safe accommodations. For purposes of the Act and this contract, only hotels listed on FEMA's National Master List of Fire Safe Hotels and Motels will be considered for contract award. The list of approved fire safe accommodations is available at http://www.usfa.fema.gov/hotel/. SECURITY REQUIREMENTS Background The National Guard uses local law enforcement to provide armed security at the conference. Local law enforcement will work with local National Guard Security Officers to provide security and prevent unauthorized individuals from gaining access to the conference. Requirement •1. Offeror must have hotel security that is available twenty-four hours a day •2. Offeror must subcontract with local law enforcement to provide armed security for the conference. •3. Security Service •1. Hours: Shifts begin at 5:00 am and end at 7:00 pm •2. Each shift is 8 hours long and there are two shifts per day. •3. Labor Requirements: two officers per shift •4. All authorized attendees will be provided with a confirmation (registration) code and a conference badge. Offeror must work with National Guard staff and security to prevent unauthorized access to the conference. Attachment 2 PAST PERFORMANCE QUESTIONNAIRE Contractor Information •1. Name of Company _________________________________________ •2. Dollar Amount ____________________________________________ •3. Period of Performance ______________________________________ •4. Contract Number ___________________________________________ •5. Brief Description of Service ___________________________________________________ ______________________________________________________________________ Using the Performance Rating Table provided below, rate the quality of service in the following areas. •1. Quality of service _______________________________________ •2. Cost control ____________________________________________ •3. Timeliness of Performance ________________________________ •4. Customer Service _______________________________________ •5. Venue accommodations and amenities _______________________ Performance Rating Table Outstanding Performance exceeded requirements Good Performance met requirements Acceptable Performance met requirements but there were some minor issues Marginal Performance did not meet requirements and Government intervention was required to keep manage performance. Unacceptable Performance did not meet requirements. Attachment 3 PRICE PROPOSAL CERTIFICATION Terms and Conditions •1. The Offeror must hold their prices for 100 calendar days from the date specified for receipt of offers. •2. The price offered must include all applicable fees, gratuities, commissions, service charges, etc. Please Note: The Federal Government does not pay taxes. I certify that the cost of all services described in the Performance Work Statement are included in the firm-fixed price and I agree to the terms and conditions listed above. Signature and Date
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-12-R-0021/listing.html)
 
Place of Performance
Address: To be determined., Reno, Nevada, United States
 
Record
SN02667041-W 20120204/120202235711-8c99e8f995194fa09f23a7a56d08e7b5 (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.