Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2012 FBO #3763
SOLICITATION NOTICE

V -- Post Mobilization Yellow Ribbon Events

Notice Date
3/12/2012
 
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
W912LQ12T0018
 
Response Due
3/23/2012
 
Archive Date
5/22/2012
 
Point of Contact
Rebecca Fowler, 434-298-6206
 
E-Mail Address
USPFO for Virginia
(rebecca.fowler@us.army.mil)
 
Small Business Set-Aside
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. 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 March 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 as a Small Business Set Aside under the NAICS 721110 with a small business size standard of $30M. The Virginia Army National Guard will conduct Yellow Ribbon Post Mobilization Events on June 29 - July 1, 2012 and July 28-29, 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 separate performance work statement (PWS) for each event 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 and DFARS Provisions 52.212-1, 52.212-3 Alt I, 52.252-1, 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 on both events. However, vendors must quote on all services required per event. 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: (1) The quote must provide for all lodging, event space, catering and parking requirements within the group. (2) The facility proposed must provide guest informational service (i.e. front desk attendant, concierge service, etc.) 24 hours a day, (3) The facility proposed must have on-site parking, or if off-site, valet services must be provided (4) The facility proposed must be located in the Richmond, VA area (from Route 288, north west to I64 and east to I295; from I295 north to I64) and (5) The 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. 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 provided as additional documentation and must be completed and returned with your offer. 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, 52.252-2 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: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, 52.232-33, and 52.232-36. 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, March 19, 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, March 23, 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/W912LQ12T0018/listing.html)
 
Place of Performance
Address: To Be Determined TBD TBD VA
Zip Code: 00000
 
Record
SN02694145-W 20120314/120312234419-c45405d8545a8f3ec9d101e99b7149cd (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.