Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2012 FBO #3774
SOLICITATION NOTICE

V -- Strong Bonds July 2012

Notice Date
3/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USPFO for Massachusetts, 50 Maple Street, Milford, MA 01757-3604
 
ZIP Code
01757-3604
 
Solicitation Number
W912SV-12-T-0015
 
Response Due
4/2/2012
 
Archive Date
6/1/2012
 
Point of Contact
Margaret Leslie Sullivan, 508-233-6670
 
E-Mail Address
USPFO for Massachusetts
(margaret.l.sullivan@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 solicitation W912SV-12-T-0015 is being issued as a Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46. This solicitation is set aside for small business. The NAICS code that applies is 721110. Small Business Size Standard is $15 Million. This requirement is for Strong Bonds Event (which requires lodging, meals and meeting rooms). Qualified establishments shall be located within a 60 mile radius of Worcester, Massachusetts. Establishments who do not provide proposal based on receipt and review of statement of work will be deemed non-responsive. Statement of Work is as follows: STATEMENT OF WORK (SOW) I. BACKGROUND 1. The contractor shall, except as specified in this Statement of Work (SOW) as government furnished property or services, provide all personnel, supervision, and any items and services necessary to provide, lodging for 27 - 28 July 2012 and catered meals and meeting rooms to the Massachusetts Army National Guard, for the Strong Bonds Event scheduled for 27-29 July 2012, as defined in this SOW. II. SCOPE OF WORK 1. Contractor shall provide the following services: III. Lodging for Strong Bonds authorized individuals designated by the Massachusetts Army National Guard Strong Bonds Program POC CH (CPT) Jeremy Pickens for 27-29 July 2012. Required number of rooms is 45. Room sizes required should be able to sleep up to 4 guest of the same family with limited number of connecting rooms. IV. Rooms for the Strong Bonds Program Training. Rooms shall include tables (conference style) and chairs (cushioned) to accommodate number of persons estimated for each type of room required; required room sizes are as follows: a. One (1) Ballroom style room, able to accommodate 150 people b. One (1) room able to accommodate approximately 50 people c. Two (2) rooms able to accommodate the following age groups: 0-4 (approx. 20 ), 5-7 (approx. 20). These rooms will be utilized for activities related to each group; specific numbers yet to be determined. V. Meeting room facilities to include: a. One 10 X 10 skirted screens for ballroom to include required electrical items VI. Event will also require 2 six-foot long rectangular tables, with skirting (for registration and exhibit purposes); locations will be determined. VII. Meals provided for in ballroom for 150 people (including estimated total of 75 persons under 18) a. Breakfast food 2 days: Hot breakfast Buffet. Serving timeframe shall be from 7:45 a.m. to 09:00 a.m. b. Lunch 2 days: Hot Buffet with 2 choices for an entree, vegetables, starches, salad, and assorted desserts. Specific menu, based on proposed choices, will be determined by event POC (CH (CPT) Jeremy Pickens.) Serving time is to be determined. c. Dinner 2 nights: Hot Buffet with 2 choices for an entree, vegetables, starches, salad, and assorted desserts. Specific menu, based on proposed choices, will be determined by event POC (CH (CPT) Jeremy Pickens.) Serving time is to be determined. d. Contractor will furnish all food items, cooked, and delivered to the areas identified by catering manager at designated times in accordance with this SOW. e. Contractor shall provide full service catering to include setting up, plates, napkins, silverware, glasses/cups, clean up equipment to keep food hot/cold and removal of all trash. f. Contractor shall have all food items delivered and available on site no later than 7:30 a.m. for breakfast, no later than 11:30 p.m. for lunch and no later than 5:30 p.m. for Dinner. g. Contractor shall provide water to be available all day and replenished (up to 8 hours) as necessary. h. Contractor shall provide all condiments (sugar, cream, sweetener, etc). Note: Children will eat meals with their families. (END OF STATEMENT OF WORK) ________________________________________________________________________ Instructions: Please submit your Request for Quote via email to margaret.l.sullivan@us.army.mil as a full written proposal and fill out the attached Quote Form fill in the grayed area where the pricing belongs, the formulas should do the math automatically. Please include your CCR# and Tax ID# on the first page of your quote. Your proposal should resemble the Scope of Work, addressing each aspect of each requirement. Quotes must be submitted NLT, 5pm EST, April 2, 2012. Note on Price Evaluation factor: Prices for food, inclusive of all service fees shall not exceed the Difference of the Local Government Per Diem rate and the Proportional Meal rate. Prices for lodging shall not exceed the per diem rate for the location of the hotel and applicable time of year. There are a few steps to determine maximum allowable meal charges, again to be inclusive of all service charges and fees. Step 1: Go to http://www.defensetravel.osd.mil/dts/site/index.jsp The Defense Travel System web page. Step 2: Click on the blue DTMO Website tab located in the upper left corner of the web page. Step 3: Click on the Per Diem Rates Tool on the right-hand side of the screen Step 4: You should be in the Per Diem Rates Query; in the Contiguous United States box chose "Massachusetts" from the dropdown menu and check the box to include all cities and towns and Uncheck include military installations. i.e. Woburn, Middlesex County has a max lodging of $111.00 and Local meals of $71, Proportional meals of $53.25...so the $71 - 53.25 = $17.75 that is my allowable contract price for meals per day including service charges. As a reminder we are tax exempt and will provide an ST-2 and ST-5 before the event. We understand this is difficult, please always give your best and final pricing; you may not be given a chance to adjust your proposals. The Government intends to award all requested services to a single vendor; however, establishments who are unable to provide for total lodging requirements are welcome to partner with another co-located establishment, in order to meet total rooms required requirement will still need to be awarded to a single vendor. The lodging requirement date is 27 & 28 July 2012; event dates are 28 & 29 July 2012. Quotations shall be submitted on attached Request for Quotation Form). Contractors facilities must meet minimum standards for federal (FEMA-approved as found on website http://www.usfa.dhs.gov/applications/hotel/ ), state (Massachusetts) and local governments as well as industry standards for health, safety, and welfare occupants. Government officials will personally visit establishments being considered for contract. The following shall be used to evaluate offers: price or cost to the government, quality of facilities and services, and ability to meet the government requirements as stated in Statement of Work. The Government will make an award to the responsible offeror whose offer conforming to the solicitation is considered the best value. All other evaluation factors when combined, are approximately equal to price. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at http://farsite.hill.af.mil/vffara.htm and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/VFDFARA.HTM. The clauses are to remain in full force in any resultant contract. FAR clauses 52.204-7Central Contractor Registration 52.212-4Contract terms and conditions-commercial items 52.212-5 DEVContract terms and conditions required to implement statutes or Executive Orders 52.219-28Post-Award Small Business Program Representation 52.222-3Convict Labor 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-36Affirmative Action for Workers with Disabilities (applicable over $15,000) 52.222-41Service Contract Act of 1965 (services only) 52.222-42Statement of Equivalent Rates for Federal Hires (services only) 52.222-50Combating Trafficking in Persons 52.223-18Contractor Policy to Ban Text Messaging While Driving 52.225-13Restrictions on Certain Foreign Purchases 52.232-33Payment by Electronic Funds Transfer- Central Contractor Registration 52.233-3Protest After Award 52.233-4Applicable Law for Breach of Contract 52.252-2Clauses Incorporated by Reference 52.252-6Authorized Deviations in Clauses DFAR clauses 252.203-7000Requirements relating to Compensation of Former DoD officials 252.203-7002Requirement to Inform Employees of Whistleblower Rights 252.204-7004Alt.A Central Contractors Registration 252.211-7003Item Identification and valuation 252.212-7001Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial items 252.232-7003Electronic Submission of Payment Request and Receiving Reports 252.232-7010Levies on Contract payments 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel 252.247-7023 Alt.III Transportation of Supplies by Sea For information regarding this solicitation please contact margaret.l.sullivan@us.army.mil or 508-233-6670.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19/W912SV-12-T-0015/listing.html)
 
Place of Performance
Address: USPFO for Massachusetts 50 Maple Street, Milford MA
Zip Code: 01757-3604
 
Record
SN02704677-W 20120325/120323235313-2af5b9e0d02d874c07826d57c3a6ee0e (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.