Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
SOLICITATION NOTICE

V -- US Army Marketing and Advertising Oral Presentation Hotel Procurement

Notice Date
4/20/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Sam Houston (JBSA), 2205 Infantry Post Road, Bldg. 603, Fort Sam Houston, Texas, 78234-1361, United States
 
ZIP Code
78234-1361
 
Solicitation Number
W9124D-17-T-0001
 
Archive Date
5/16/2017
 
Point of Contact
Shannon L. Kennedy-Butler,
 
E-Mail Address
shannon.l.kennedy-butler.civ@mail.mil
(shannon.l.kennedy-butler.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION (i) 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; quotes are being requested and a written solicitation will not be issued. (ii) W9124D-17-T-0001 is a being issued as a Request for Quotation (RFQ). (iii) The RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (iv) This is an unrestricted procurement. The NAICS Code for this procurement is 721110 with a size standard of $32.5 Million. (v) A list of line item number(s) and items, quantities, and units of measure, (including option(s), if applicable). CLIN 0001 General Sessions/Presentation Room, 1 Lot CLIN 0002 Break Out Room, Quantity 1, 1 Lot CLIN 0003 Security, Quantity, 1 Job (vi) Description of requirements for the items to be acquired. The Army Marketing Research Group (AMRG) requires a hotel meeting room and hotel breakout room to conduct oral presentations that are required to complete the source selection evaluations for the U.S. Army Marketing and Advertising Program re-competition. The following are requirements for the contract: (a) The hotel shall provide a general session/presentation room measuring approximately 1,400 square feet. This room shall be open from 6:00 am EST to 3:00 pm EST from 06 June 2017 - 08 June 2017 (3 days). The required set up is to be a presentation area in the front, along with a panel table and eight chairs in the center of the room with 25 chairs set up theater style 15 - 20 feet behind the panel table; (b) The hotel shall also provide a breakout room. This breakout room shall be large enough to accommodate approximately 10 - 12 personnel for the entire duration of the period of performance. The break out room shall be available on 05 June 2017 from 6:00 pm EST - 8:00 pm EST. On Days 2 through 4, the room shall be available from 7:00 am EST - 8:00 pm EST. On Day 5, the room shall be available from 8:00 am EST - 8:00 pm EST; (c) The hotel shall also provide security outside the session/presentation room to prevent entry by unauthorized personnel during presentations. The requirement for security is for Day 2 through Day 4 from 6:00 am EST - 3:00 pm EST and; (d) The hotel must also be able to accommodate the source selection team (approximately 9 people), as well as, provide lunches for the Government employees. The rooms and lunches will be paid on an individual basis. (vii) Date(s) and place(s) of delivery and acceptance and FOB point. This requirement will be executed at Charlotte, North Carolina. The period of performance be 05 June 2017 - 09 June 2017 however, the Government will also allow and consider alternative dates to be proposed based on hotel availability. (viii) The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Please submit quotes to the Contract Specialist at Shannon.l.kennedy-butler.civ@mail.mil by 12:00, Noon, CST on 01 May 2017. (ix)The provision at 52.212-2, Evaluation -- Commercial Items, is applicable to this acquisition with the following addendum: (a) Basis for Contract Award: This requirement shall be awarded on an all or nothing basis to the responsive and responsible Offeror that provides the Lowest Priced, Technically Acceptable offer. (b) Trade-offs: Trade-offs between cost/price and non-cost/price factors is NOT permitted. The Government will evaluate proposed prices for reasonableness using price analysis techniques. (c) Award for All of the Work: The Government intends to issue a single Firm-Fixed-Price purchase order for all of the CLINs identified in this solicitation. Offers received for less than the stated number of items listed in the schedule will be considered ineligible for award. As set out in FAR 52.215-1(f)(4), the Government intends to evaluate quotes and award a contract without discussions. Therefore, the Offeror's initial quote should contain the Offeror's best terms from a price and technical standpoint. (d) Evaluation Criteria: The Technical factor will receive one of the adjectival ratings defined below. Receipt of an unacceptable rating for the factor will cause the Offeror to be deemed ineligible for award: Rating Description Acceptable Quote meets the requirements of the solicitation. Unacceptable Quote does not meet the requirements of the solicitation. Price. The Offeror shall respond and complete the CLIN structure described above. Prices will not be scored or rated. The Offeror's CLIN prices will be evaluated for completeness, reasonableness, and balanced pricing. (1) Reasonableness - The existence of adequate price competition is expected to support a determination of reasonableness. Other price analysis techniques in accordance with FAR 15.404-1(b) may be used to further validate price reasonableness. If adequate price competition is not obtained or if price reasonableness cannot be determined using price analysis of Government obtained information, additional information in accordance with FAR 15.402(a) may be required from the Offeror to support the proposed price. (x) Offerors are required to complete FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and submit it with its offer. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition including FAR 52.222-3, FAR 52.222-21, FAR 52.222-26, FAR 52.223-18, FAR 52.225-13, 52.232-33, 252.209-7999. (xiii) The following DFARS clauses are applicable: 252.211-7003, 252.246-7000. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. To aide in filling out FAR 52.212-3, please see the most recent version of the FAR at http://farsite.hill.af.mil/. Third parties submitting a quote shall include a fully executed subcontracting agreement for the proposed property/properties. Agreement shall include both the signature of the Third Party and the authorized representative of the property. Failure to submit this documentation will result in the offeror being determined non-responsive. (xv) The date, time and place offers are due. The Offerors shall submit their quotes via e-mail to Shannon.l.kennedy-butler.civ@mail.mil. Quotes are due 12:00, Noon, CST on 01 May 2017. (xvi) The point of contact for this solicitation is the Contract Specialist, Shannon Kennedy-Butler who can be reached via e-mail at Shannon.l.kennedy-butler.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/89ecd317c72f4cddd8aa82a365a87703)
 
Place of Performance
Address: Charlotte, North Carolina, United States
 
Record
SN04479112-W 20170422/170420234750-89ecd317c72f4cddd8aa82a365a87703 (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.