Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2012 FBO #3744
MODIFICATION

X -- Amendment to W912R1-12-T-0003.

Notice Date
2/22/2012
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USPFO for DC, 189 Poremba Ct., Anascostia Naval Air Station, Washington, DC 20315-0350
 
ZIP Code
20315-0350
 
Solicitation Number
W912R112T0003
 
Response Due
2/29/2012
 
Archive Date
4/29/2012
 
Point of Contact
Chanel Wilson, 202-685-7855
 
E-Mail Address
USPFO for DC
(chanel.wilson@dc.ngb.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. The District of Columbia Army National Guard is coordinating hotel accommodations for the Joint Family Readiness Conference held on 22-25 March 2012. The primary objective is to combine and host five conferences at one single site that can provide lodging, meeting space, dining space and support services for approximately 250 attendees. Contractor must have availability from March 22-25, 2012 (Arrival on Thursday-Departure on Sunday). The advanced party which consists of the DCNG Family Readiness Conference Team will arrive on Thursday, March 22, 2012. The Senior Leadership Conference will be held on Friday, March 23, 2012 with approximately 50 attendees/participants. The main body will consist of 100 Service members and their families approximately 250 attendees total. The total of 250 is approximate and includes children of all ages. The overall attendees are not expected to exceed 250. The contractor must agree to change the DCNG for actual lodging and meals, not the projected number. This type of contract will be firm fixed price for hotel accommodations for approximately 250 attendees rooms at or below the government per-diem rate for the Williamsburg, Virginia area. Only those vendors in the area of Williamsburg, VA need to respond. The North American Industry Classification System (NAICS) code is 721110. Contractors must have a current registration with the Central Contractor Registration(CCR) at http://www.ccr.gov. Quotes must be received no later than 3:00 p.m., EST, 29 February 2012. Responses may be sent electronically to Chanel Wilson, Contract Specialist, District of Columbia Army National Guard, Building 350, 189 Poremba Court SW, Washington, DC 20373, or via email: chanel.wilson@dc.ngb.army.mil. All questions should be submitted to chanel.wilson@dc.ngb.army.mil no later than 24 February 2012. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors, Commercial Items (Nov 2007) and 52.215-5, Facsimile Proposals (Oct 1997) applies to this acquisition. The District of Columbia Army National Guard will use the following factors to evaluate quotes, in descending order of importance: A. Technical capability of the item offered to meet the Government requirement and B. Price. The Government reserves the right to make award of the initial offer received without discussions. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and technical capability considered. Companies wishing to respond to this solicitation must be in compliance with FAR 52.204-7, Required Central Contractor Registration (CCR). The internet site for registering in the CCR is http://www.ccr.gov. Companies wishing to respond to this solicitation must provide to this office with the following: A price quote, submitted on your company letterhead or your standard company quotation forms for the requested items showing SOLICITATION NUMBER, UNIT PRICE, EXTENDED PRICE, FOB, PROMPT PAYMENT TERMS, DELIVERY TIME. OFFERS MUST BE SIGNED. Each offer shall include a complete copy of the provisions at FAR 52.212-3 and DEFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, their DUN 7 BRADSTREET CODE, Commercial and Government Entity (CAGE) Code and Tax Identification Number (TIN). Those companies not in possession of the provisions in full text may access them at http://farsite.hill.af.mil. The following FAR clauses 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007) is incorporated into this RFQ and is amended to add the following FAR clauses: 52.204-7 Central Contractor Registration (Jul 2006),52.252-2, Clauses Incorporated by Reference (Feb 1998), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2008). The following additional FAR Clauses are applicable: 52.219-6, Notice of Total Small Business Set-Aside (June 2003);52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers With Disabilities (June 1998); 52.222-41,Service Contract Act (1965); 52.222-50, 52-223-15 Energy Star, 52.223-16 EPEAT, Combating Trafficking in Persons (Aug 2007; 52.232-33). The following DFARS clauses apply 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Mar 2008) specifically the following clauses under paragraphs (a) and (b) are applicable; 252.204-7004, Alternate A (Sep 2007). This contract incorporates one or more clauses by reference, with the same force and effects as if they were given in full text. Upon request, the contracting Officer will make their full text available. Also, the full test of a clause may be accessed electronically by these addresses: www.farsite.hill.af.mil or www.arnet.gov/far. The following additional clauses are also incorporated into this solicitation DFAR 252.204-7004 Alt A. ALL QUESTIONS CONCERNING THIS RFP MUST BE WRITING, NO TELEPHONIC RESPONSES WILL BE PROCESSED. Quotes must be received no later than 29 February 2012 4:00 EST time. Responses may be sent electronically to Chanel Wilson, Contract Specialist, District of Columbia Army National Guard, Building 350, 189 Poremba Court SW, Washington, DC 20373, or via email: chanel.wilson@dc.ngb.army.mil. All questions should be emailed to chanel.wilson@dc.ngb.army.mil no later than 24 February 2012 4: EST time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA49/W912R112T0003/listing.html)
 
Place of Performance
Address: USPFO for DC 189 Poremba Ct., Anascostia Naval Air Station Washington DC
Zip Code: 20315-0350
 
Record
SN02680135-W 20120224/120222234526-68377ac60069f331c69f8b1967396fdd (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.