Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2013 FBO #4080
SOLICITATION NOTICE

V -- Yellow Ribbon Family Event for Members of Battle Creek ANGB

Notice Date
1/23/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
127 MSC, Contracting Division, 43200 Maple Street, Building 105, Selfridge Air National Guard Base, MI 48045-5213
 
ZIP Code
48045-5213
 
Solicitation Number
W912JB13T8001-1
 
Response Due
2/1/2013
 
Archive Date
3/24/2013
 
Point of Contact
Daniel Taliaferro, 2699693364
 
E-Mail Address
127 MSC
(daniel.taliaferro@ang.af.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. (I)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (II) Solicitation W912JB-13-T-8001 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-36. (IV) This acquisition is reserved for a Small Business concerns; however, in the event that no Small Business concerns can meet the requirement the set-aside will be withdrawn and an award will be made to a Large Business. The associated NAICS code for this acquisition is 721110, standard industrial classification 7011, small business size $7.0 Million. (V)This is a firm fixed price requirements type contract for non-personal services to provide all personnel, supervision and all other items and services necessary for conference rooms, meals, and lodging for 100 adults and 35 children. Yellow Ribbon Event check in Friday, 1 March 2013; checkout Sunday, 3 March 2013. Services will be performed in accordance with the Statement of Work (listed below) as required with the following line item requests: Include in your proposal a list of amenities and any areas of interest at the hotel or nearby for the military members attending the conference: CLIN 0001: CONFERENCE ROOMS: 5 conference rooms/meeting spaces requested. One conference/meeting room to accommodate up to 100 guests; available all day Saturday and half a day Sunday (morning). One conference/meeting room to accommodate up to 45 guests; available in all day Saturday and half a day Sunday (morning). One meeting space to accommodate up to 15 guests, available beginning 4:00 pm Friday, all day Saturday, and half day Sunday (morning). One conference/meeting space to accommodate 30 children; available all day Saturday and half a day Sunday (morning). One conference/meeting room to accommodate 5 infants/children and 1 adult; available all day Saturday and half a day Sunday (morning). Room to include access to small refrigerator. Require microphone and internet access for two conference rooms. Require 20 vendor tables. CLIN 0002: REFRESHMENTS: Ice water and coffee provided in mornings. Ice water/tea and/or lemonade provided Saturday afternoon. CLIN 0003: BUFFET MEALS: Buffet meals for all attendees to include: Saturday's breakfast, Saturday's lunch, and Sunday's breakfast. All meals should be hot. Saturday's breakfast to be a continental breakfast including pastries, bagels, muffins, cereal, and/or fruit. Saturday's Lunch should be a hot meal and include main entr e, 1 side, and soup and/or salad, and beverage. Buffet lunch for children may be served in a separate children's area and include quote mark child-friendly quote mark meal items including a main entr e 2 sides, and a beverage. Sunday's breakfast to include juice, eggs, meat, potatoes, and assortment of pastries, bagels, muffins, and/or fruit. Final count for meals will be provided to Offeror 10 days prior to the event. CLIN 0004: LODGING: Lodging must be available on same site for not more than 10 guest rooms (double occupancy) on Friday night, and not more than 50 guest rooms (double occupancy) on Saturday. Request to BLOCK rooms only. Lodging will be billed/paid for by individual guests. Offeror to include a list of amenities that the hotel has to offer (i.e. pool, spa, etc) and any areas of interest at the hotel or in a nearby local location for those attending the conferences. Quotes should be submitted with pricing broke out according to each individual CLIN. (VI) This solicitation is for lodging, meals, refreshments and conference rooms to be located within 20 miles of Kalamazoo, MI. Program anticipates up to 40 couples, 10 singles and 35 children (135 total attendees) with 2 additional conference facilitators and the possibility of the event being cancelled. Government needs to know a cancellation date that applies without penalty. (VII) FOB point is Origin. (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial. (IX) The government intends to award a contract to the lowest priced technically acceptable offeror. The Government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in the best interest of the Government. (X) Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. This can be done electronically by registering your entity at https://www.sam.gov/portal/public/SAM/ (XI) The following clauses in their latest editions apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. (XII) The following clauses in their latest editions apply to this solicitation: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.204-7, Central Contractor Registration 52.212-4, Contract Terms and Conditions - Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222.41, Service Contract Act 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American Act - Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B. - Destination 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alt A, Central Contractor Registration 252.212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. SCA Wage Rate WD 2003-0409 (Rev.12) dated 6/19/2012 (for Kalamazoo County) applies (XIII) The following additional provisions are incorporated by reference: 52.214-31, Facsimile Bids 52.219-1 Alt 1, Small Business Program Representations 52.225-2, Buy American Act Certificate (XIV) N/ A. (XV) All information relating to this solicitation, including changes/amendments, questions and answers will be posted on the following website: (www.fbo.gov). Formal communications (such as request for clarifications and/or information) concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the acquisition.army.mil web site. They will be contained in the plans section in a document titled quote mark Questions and Answers quote mark. Offerors are requested to submit questions to the E-mail address noted below by no later than 5:00 P.M. EST, 30 January 2013. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of the solicitation shall apply. Award can only be made to contractors registered in System For Award Management (SAM) at https://www.sam.gov. Awarded vendor must invoice through Wide Area Work Flow (WAWF), an online invoicing system https: //wawf.eb.mil/ after completion of event. The proposal will be due to: 110 MSC Contracting Division, 50 Sabre Avenue, Bldg. 6914, Room 126 Battle Creek ANG Base, Michigan 49037, by 5:00 P.M. EST, 1 February 2013. E-mail quotes will be accepted at daniel.taliaferro@ang.af.mil (XVI) Point of Contact for this solicitation is TSgt Daniel Taliaferro at (269) 969-3364.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-2/W912JB13T8001-1/listing.html)
 
Place of Performance
Address: 110 MSC Contracting Division, 50 Sabre Avenue, Building 6914 Battle Creek ANGB MI
Zip Code: 49037-5515
 
Record
SN02970419-W 20130125/130123234156-dd9be333ed78e02bce9f2580a122f1ba (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.