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

V -- Yellow Ribbon 2nd Post Mobilization Event for the 183rd CAV

Notice Date
2/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USPFO for Virginia, Building 316, Fort Pickett, Blackstone, VA 23824-6316
 
ZIP Code
23824-6316
 
Solicitation Number
W912LQ-12-T-0015
 
Response Due
2/22/2012
 
Archive Date
4/22/2012
 
Point of Contact
Rebecca Fowler, 434-298-6206
 
E-Mail Address
USPFO for Virginia
(rebecca.fowler@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 through FAC 2005-55, effective 2 February 2012 and additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is issued unrestricted under the NAICS 721110 with a small business size standard of $30M. The Virginia Army National Guard will conduct a 60 day Yellow Ribbon Post Mobilization Event on April 14, 2012. The attached pricing schedule may be used for pricing or you may use your own pricing schedule. However, your pricing schedule must clearly annotate pricing or the words "not separately priced" or "no cost" for each requirement identified. Unit prices shall be inclusive of all applicable service fees. In anticipation of questions regarding if the government per diem rate is required, the following response is provided: The solicitation is being issued on a competitive basis. The rate utilized for purposes of award will be the rate(s) quoted by the offeror(s) determined to offer the lowest technically acceptable price(s). However, pricing shall not exceed per diem pricing for the locality of the facility. A performance work statement (PWS) is attached to this synopsis and is hereby made a part of this solicitation and will be made a part of any resulting award. The following provisions and clauses are applicable to this acquisition: FAR Provisions 52.212-1, 52.212-3 Alt I, and 52.252-1 and DFARS Provisions 252.209-7999 and 252.212-7001. FAR Provision 52.212-1 is amended as follows: Delete paragraphs (d) Product Samples. As stated in paragraph (g) of Federal Acquisition Regulation (FAR) Provision 52.212-1, included in this solicitation, "The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint." Paragraph (e) of FAR Provision 52.212-1 encourages offerors to present alternative terms and conditions for satisfying the requirements of this solicitation. Offeror must clearly annotate the alteration in the quote. The government may or may not accept the alternative term or condition. Such determination will be made based on if it is in the government's best interest to accept the proposed alternative. Award will be made to the low price technically acceptable (LPTA) quote which represents the most advantageous scenario to the government considering the potential for multiple awards. Since multiple awards will be considered, vendors are not required to quote all services, however, all lodging requirements must be quoted if providing lodging and all conference space and catering services shall be quoted if providing event services. In determining the most advantageous pricing scenarios, the government will evaluate pricing as follows: (1) Line items for lodging (attendee rooms, staff rooms and parking will be combined and line items for the event (required event space, to include audio visual and set-up requirements, catering requirements and parking) will be combined. (2) If it is determined one vendor can meet all requirements (lodging and event) for the event and this vendor offers the overall lowest price, one award will be made to one vendor. (3) If one vendor is not able to meet all requirements, one award will be made to the LPTA vendor for lodging and one award will be made to the LPTA vendor for the event. (4) An evaluation factor of $500.00 per award will be applied in determining if it is in the government's best interest from an administrative standpoint to make multiple awards. To be determined technically acceptable, the following minimum requirements must be met for either group of services quoted: Group 1 (attendee lodging rooms, staff rooms, parking) (1) The quote must provide for all requirements within the group. (2) The hotel facility proposed must provide guest informational service (i.e. front desk attendant, concierge service, etc.) 24 hours a day, (3) The hotel facility proposed must have on-site parking, or if off-site, valet services must be provided (4) The hotel facility proposed must be located in the Williamsburg, Hampton, Norfolk, Virginia Beach, or Portsmouth, VA area or, in Richmond, VA (from Route 288, north west to I64 and east to I295; from I295 north to I64 and (5) The hotel facility proposed must be FEMA approved. In order to determine if minimum requirement (1) can be met, all services requested must either be priced or annotated as provided at no additional cost. For minimum requirements (2), (3), & (4) offeror must provide a fact sheet which addresses each minimum requirement. The physical location of the proposed hotel facility must be provided to permit a determination to be made as if minimum requirement (4) can be met. The lodging facility FEMA number must be provided to determine if requirement (5) can be met. If information to address minimum requirements 2-5 is available on-line, a website address can be provided in lieu of the fact sheet. Group 2 (event space, catering and parking) (1) The quote must provide for all services within the group, (2) The event facility proposed must have on-site parking sufficient for all attendees, and (3) The event facility proposed must be located in the Williamsburg, Hampton, Norfolk, Virginia Beach, or Portsmouth, VA area or, in Richmond, VA (from Route 288, north west to I64 and east to I295; from I295 north to I64. In order to determine if minimum requirement (1) can be met, all services requested must either be priced or annotated as provided at no additional cost. For minimum requirement (2), an information sheet addressing the number of parking spaces available at the event facility must be provided. For minimum requirement (3), the physical location of the proposed event facility must be provided. In order for the event to be advantageous to the government, the lodging and event facilities per area must be located within five (5) miles of each other. Therefore, a lodging quote only or an event quote only, in which there is no second location (event or lodging facility) quoting, will not be considered for award. As such, event and lodging facilities are encouraged to partner with each other and either one entity quote the entire requirement and enter into a subcontracting arrangement for the portion they are unable to provide or both parties ensure each entity will be quoting separately. FAR provisions 52.212-3, including Alt I and DFARS provision 252.212-7001 shall be completed and returned with your offer. If your company information is available through Online Representations and Certifications (ORCA) so indicate in 52.212-3 and return only that portion of the provision. DFARS Provision 252.209-7999 is attached to the combined synopsis solicitation as additional documentation and must be completed and returned with your quote. FAR Provision 52.252-1 and FAR Clause 52.252-2: full text language of provisions and clauses incorporated by reference can be located at http://farsite.hill.af.mil. FAR Clauses 52.212-4, 52.212-5, 52.232-18, 52.252-2 and DFARS Clauses 252.204-7003 and 252.212-7001. FAR clause 52.212-4 is amended as follows: paragraph (g) (1) change requirement for three copies of invoices to 1 copy of invoices and add after paragraph (g) (2) the following: Invoices are to be submitted via Wide Area Workflow (WAWF). Questions regarding payment status or delinquent payments are to be addressed to the Voucher Examiner at 434-298-6266; Delete paragraphs (h) Patent indemnity, (j) Risk of loss, and (n) Title. The following clauses included in 52.212-5 are applicable: 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, and 52.232-33. In addition, clauses, 52.222-41, 52.222-42, and 52.222-44 or 52.222-53, included in 52.212-5 may be deemed applicable pending contractor's response to FAR Provision 52.222-52 (included in FAR Provision 52.212-3 Alt I). The following clauses included in 252.212-7001 are applicable: 252.225-7001, 252.232-7003 and 252.247-7023 Alt III. All questions shall be submitted in writing and received prior to 4:00 p.m. ET, February 15, 2012. Questions can be sent via email, rebecca.fowler@us.army.mil or fax (434) 298-6202. Quotes are due not later than 4:00 p.m. ET, February 22, 2012. Quotes may be faxed to 434-292-6202, Attn: Becky Fowler, or emailed to rebecca.fowler@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ-12-T-0015/listing.html)
 
Place of Performance
Address: To Be Determined TBD TBD VA
Zip Code: 00000
 
Record
SN02670688-W 20120210/120208235254-d5a7866eb5280a29a1f9e9771d7b8f6e (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.