DOCUMENT
V -- Hotel for Marriage Enrichment Retreat - Marriage Enrichment Hotel Requirements
- Notice Date
- 10/10/2008
- Notice Type
- Marriage Enrichment Hotel Requirements
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, National Guard Bureau, 185 ARW/MSC, 2920 HEADQUARTERS AVE., SIOUX CITY, Iowa, 51110-1396, United States
- ZIP Code
- 51110-1396
- Solicitation Number
- 185ARW090003
- Archive Date
- 11/29/2008
- Point of Contact
- Vicky L. Williams,, Phone: 7122330514
- E-Mail Address
-
vicky.williams@iasiou.ang.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services 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. This solicitation, 185ARW090003, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-27. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 721110 the small business size standard is $7.0 million. The following commercial services are requested in this solicitation: Lodging and conference facilities for a Marriage Enrichment Retreat to be offered to Iowa Air and Army National Guard members and their spouses. Specific requirements are described in the attached document titled "Requirements for Marriage Enrichment Retreat." The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The offeror must include a completed copy of this provision with their quote. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited within FAR 52.212-5 are applicable to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222.21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, 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 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration OR FAR 52.52.232-36, Payment by Third Party; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts). The clause at FAR 52.232-18, Availability of Funds. The clause at DFARS 252.204-7004, Required Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; specifically, the following clauses cited within DFARS 252.212-7001 are applicable to this solicitation: DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III. The full text of the above-referenced FAR and DFARS provisions and clauses may be found at http://www.arnet.gov. The following clause is incorporated in full text: FAR 52.212-2, Evaluation - Commercial Items (Jan 1999). (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: 1) ability to meet room and refreshment requirements, 2) hotel location, 3) proximity to restaurants and entertainment venues, 4) past performance, and 5) price. Technical and past performance, when combined, are approximately equal in importance when compared to price. (End of Clause). All firms must be registered in the Central Contractor Registration database at http://www.ccr.gov to be considered for award. All quotes must be sent to SMSgt Vicky Williams at: Fax 712-233-0576; e-mail vicky.williams@iasiou.ang.af.mil; or mail directly to 185ARW/MSC, 2920 Headquarters Avenue, Sioux City, IA 51111-1300. Quotes are required to be received no later than 12:00 PM CST, Friday, November 14, 2008.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f1f2271071e7ad60a62bdd0ac333f57d&tab=core&_cview=1)
- Document(s)
- Marriage Enrichment Hotel Requirements
- File Name: Hotel Requirements for Marriage Enrichment Retreat. (Marriage Enrichment Hotel Requirements.doc)
- Link: https://www.fbo.gov//utils/view?id=9ec5d29dd29540e35f617b369de04baf
- Bytes: 34.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Hotel Requirements for Marriage Enrichment Retreat. (Marriage Enrichment Hotel Requirements.doc)
- Place of Performance
- Address: Hotel to be located within a 100-mile radius of Sioux City, Iowa 51111-1300., United States
- Record
- SN01690932-W 20081012/081010214654-f1f2271071e7ad60a62bdd0ac333f57d (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 |