Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2015 FBO #4944
MODIFICATION

V -- Event Hosting to include catering, lodging, and conference support.

Notice Date
6/5/2015
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
10703483
 
Response Due
6/9/2015
 
Archive Date
8/4/2015
 
Point of Contact
Nicollette Kennemer, 5035843764
 
E-Mail Address
USPFO for Oregon
(nicollette.a.kennemer.mil@mail.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. The solicitation is 10703483 and is issued as a Request for Quote (RFQ). Request for Quotes are due by 9 June 2015, 4:00 p.m. (PST). The RFQ will result in a firm fixed price contract. This solicitation is 100% set-aside for small businesses. The North American Industry Classification System (NAICS) code for this acquisition is 721110. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes to procure the following supply or services: CLIN 0001: Conference Room June 27th 2015 Provide 1 main conference rooms, to comfortably accommodate 350 adults in a quote mark rounds quote mark setting, hours 0700 - 1200. Coffee and water to be served in the main conference room, hours 0730 - 1200. Provide 1 podium and stage available for the main conference room, to be set up/taken away when needed. Including Audio Visual Package to include: Projector, projector screen, laptop, sound system, and 2 wireless microphones per conference room, hours of 0700-1800. Audio/Visual personnel readily available for any malfunctions or assistance needed and to be available throughout conference times. CLIN 0002 Smaller Conference rooms on June 27th 2015 Provide 3 breakout conference rooms (smaller group sessions) to comfortably accommodate 125 adults in a quote mark rounds quote mark setting, breakout rooms can be formed from the main conference room with soundproof air walls if the space can accommodate, hours 1030 - 1700. Water to be served in the breakout rooms. Audio/Visual package to include: Projector, projector screen, laptop, sound system, presentation pointer and 2 wireless microphones per conference room. CLIN 0003 Facility Accommodations June 27th 2015 Provide 30 tables and 60 chairs set up for our vendors preferably outside of the main conference room in the hall way. If a hallway space is not available due to fire code a lobby area will be suffice as long as it will comfortably accommodate the vendors hour of 0400-1230. Wi-Fi readily available throughout conference times. All set up and break down of tables, chairs, equipment and meals will be completed by venue staff. We are unable to pay for parking. Our guests for the event will need free parking at the event location. CLIN 0004 Childcare Rooms June 27th 2015 Provide 3 additional conference rooms for childcare to comfortably hold 75 children (2,625 sq ft minimum) in accordance with our childcare requirements, see attached quote mark Childcare Requirements quote mark CLIN 0005 Catered Breakfast June 27th 2015 Provide Breakfast (scrambled eggs, sausage link, toast, oatmeal, hash browns, fruit and juice) for 350 adults 75 children, hours 0800 - 0930. To be provided in the main conference area. Must be within the breakfast per diem rate in your area. See http://www.gsa.gov/portal/content/104877 for reference. CLIN 0006 Catered Lunch June 27th 2015 Catered lunch buffet style for 350 adults set up in the main conference room, hours 1130 - 1230. Clean up and reconfiguration of conference room to be completed by venue staff by 1300. Must be within the lunch per diem rate in your area. See http://www.gsa.gov/portal/content/104877 for reference. CLIN 0007 Catered Children's Lunch June 27th 2015 Provide 75 Children's box lunches by 1200. Lunches will be eaten in childcare rooms. CLIN 0008 Children's Snacks June 27th 2015 Children's AM/PM snack for 75 children to reflect our childcare requirements, see attached quote mark Childcare Requirements quote mark for times and acceptable/preferred menu items. These meals will be eaten by the children in the childcare rooms they are assigned to. All conference and childcare rooms must be indoors. The ORARNG will contract an outside vendor to provide childcare services. However, contracted childcare rooms and children meals need to meet our childcare requirements. Cost will be inclusive of all taxes and service charges. All set up and break down of tables, chairs, equipment and meals will be completed by venue staff. Requirements for your quote: Please submit a quote on your company letterhead showing a price per contract line item (CLIN) with at total price at the bottom. Include the following information on your quote: cage code, tax id number, company name, phone number, contact, and email. Please note that the facility must be located within the Clackamas, Oregon or surrounding area limited to a 50 mile radius to be considered. The lodging and conference rooms must be at the same venue. The Oregon Army National Guard intends to directly contract with the venue and will not consider quotes from a third party contractor. Offerors must be registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Centers at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Systems for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7. FAR 52.204-99 System for Award Management Registration (August 2012) (DEVATION) (If Applicable) Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, lowest price of all item quote mark all or none quote mark. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-44 Fair Labor Standards act and Service Contract Act-Price adjustment; FAR 52.222-54 Employment Eligability Verification: FAR 52.228-5 Insurance-Work on a government Installation; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.225-1, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable) FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III. 252.215-7008 Only One Offer. DFARS 252.209-7993 This announcement is the solicitation which will result in a firm fixed-price contract. Point of Contact: Offerors can submit their proposal to: Nicollette Kennemer nicollette.a.kennemer.mil@mail.mil or Via Fax at 503-584-3771 Please verify that we received your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/10703483/listing.html)
 
Place of Performance
Address: USPFO for Oregon ATTN: USPFO-P, P.O. Box 14840 Salem OR
Zip Code: 97309-5008
 
Record
SN03754706-W 20150607/150605234413-c06f944d4a75268f5869fa59c91b222f (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.