Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
SOLICITATION NOTICE

X -- Yellow Ribbon Reintegration Event

Notice Date
2/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USPFO for North Dakota, P.O. Box 5511, Bismarck, ND 58502-5511
 
ZIP Code
58502-5511
 
Solicitation Number
10133565-0001
 
Response Due
2/17/2012
 
Archive Date
4/17/2012
 
Point of Contact
Jeffrey B. Strange, 701-333-2222
 
E-Mail Address
USPFO for North Dakota
(jeffrey.strange1@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. 1. This is a combined synopsis/solicitation for hotel rooms and meals, in support of North Dakota National Guard training, prepared in accordance with the format in Subpart 12.6, as supplemented with Request for Quote and Statement of Objective included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, 10133565-0001, is being issued as a request for quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-55. The contractor shall provide all plant, labor, materials, and transportation necessary to provide hotel rooms, meeting rooms, and meals to North Dakota National Guard soldiers and families, 5 - 7 October, 2012 in Fargo, ND as specified in the attached Request for Quote. The various dates and numbers of hotel rooms, meeting room requirements, and meals required are specified on the attached Request for Quote. 2. Third party offerors shall include the additional information requested in the following lettered paragraphs (a through c). Failure to provide this information with any quote may deem the quote to be technically unacceptable and/or non-responsive. For a proposal submitted by an offeror that is not a caterer, 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 representative from the third party will be available full-time during the inclusive dates of the requirement. The technical approach must include the third party representative's name and contact information; and b. A copy of a signed written agreement between the third party offeror and hotel/food service vendor (who has the authority of the hotel/food service vendor) which states that the third party has been given the authority to propose a quote for the stated hotel/food service vendor. The agreement must state the required period of performance and that the hotel/food service vendor has the ability to perform for the stated period of performance. This agreement must not be dated before the date of this solicitation and no later than the offer due date; and c. A copy of all insurance(s) (standard business, liability, extraordinary insurances) must be submitted with the offerors technical proposal for evaluation purposes. 3. The provisions at 52.212-2, Evaluation-Commercial Items apply. Only one quote per offeror will be considered. The Government will award to the responsible offeror whose offer, conforming to the solicitation will be most advantageous to the Government (price and other factors considered). This may result in award to other than the lowest offer received. The following factors shall be used to evaluate offers: price, availability of rooms, and proposed menu. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. Additional requirements apply to third-party offerors; these requirements are contained elsewhere in this solicitation. The Contracting Officer will evaluate offers on the basis of information furnished by the quote or identified in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Offerors are advised that the hotel rooms will not be paid for as part of any contract awarded-- the hotel rooms are part of the total requirement for the event but will be paid for by the individual soldiers or their respective units; the cost of the hotel rooms will be part of the evaluation criteria for the overall cost of the event. All hotel rooms, meeting rooms and meals will be located at a single venue. All service fees and gratuities will be included in the cost of the meals. 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 Government reserves the right to make no award under this procedure. Offerors shall utilize the attached RFQ document to submit their offer. All late quotes will be rejected. The government reserves the right to make no award resulting from this RFQ. 4. 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. 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. The Government may make additions or deletions to the number of meals and/or hotel rooms required during the contract period, and will provide a 72-hour notice to the contractor; the Government will not be liable for any hotel rooms and/or meals cancelled at least 72 hours prior to the stated need. 5. The Federal Government is tax exempt. 6. The provisions and clauses listed below are applicable to this solicitation: FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-25 Prompt Payment, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.232-36 Payment by Third party, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7002 Requirements to Inform Employee of Whistleblower Rights, DFARS 252.204-7004 Alt A Central Contractor Registration, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, DFARS 252-225-7000 Buy American Act- Balance of Payments Program Certificate, DFARS 252.225-7001 Buy American Act and Balance of payments Program, DFARS 252-232-7010 Levies on Contract Payments, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies, DFARS 252.225-7035 Buy American Act- Free Trade Agreements-Balance of Payments Program Certificate, DFARS 252.225-7036 Buy American Act- Free Trade Agreements- Balance of Payments program. FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.232-18 Availability of Funds, DFAR 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability of a Felony Conviction under any Federal Law (signature required on attached form). 7. Any award made pursuant to this solicitation is subject to the availability of funding. Per Far 52.232-18 - Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 8. All offerors must be registered in the Central Contractor Registration (CCR) and Online Representation & Certification Application (ORCA) databases. Lack of registration in CCR and ORCA will make an offeror ineligible for award. Registration information can be found at http://www.bpn.gov. Information concerning FAR clauses can be obtained at http://farsite.hill.af.mil or http://www.arnet.gov/far. 9. Quotes are due: 4:00 PM EDT (3:00 PM CDT) on Friday, 17 February 2012, via e-mail to jeffrey.strange1@us.army.mil or heidi.sigl@us.army.mil faxed to USPFO for North Dakota (P&C) at 701-333-2230. Point of Contact for this combined synopsis/solicitation is Jeff Strange, 701-333-2222 or Heidi Sigl, 701-333-2358.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA32/10133565-0001/listing.html)
 
Place of Performance
Address: USPFO for North Dakota P.O. Box 5511, Bismarck ND
Zip Code: 58502-5511
 
Record
SN02670634-W 20120210/120208235210-8c10b27c8e928ca61f83001502201ac4 (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.