SOLICITATION NOTICE
X -- Hotel Services - STATEMENT OF WORK
- Notice Date
- 5/22/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Air Force, Air Force Reserve Command, 452 Operational Contracting Office, 1940 Graeber Street, Bldg 449, March ARB, California, 92518-1650, United States
- ZIP Code
- 92518-1650
- Solicitation Number
- F5F3CC9114A001-A
- Archive Date
- 6/23/2009
- Point of Contact
- Vivian R Flotildes, Phone: (951) 655-2784, Rey P. Elauria, Phone: (951) 655-4331
- E-Mail Address
-
vivian.flotildes@march.af.mil, reynaldo.elauria@march.af.mil
(vivian.flotildes@march.af.mil, reynaldo.elauria@march.af.mil)
- Small Business Set-Aside
- N/A
- Description
- STATEMENT OF WORK (SOW) This is a combined synopsis/solicitation for commercial service prepared in accordance with FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. F5F3CC9114A001 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32, effective March 31, 2009. This RFP is issued as a competitive unrestricted and firm-fixed price acquisition. The applicable North American Industry Classification System (NAICS) code is 721110. The contractor shall provide all labor, supervision, transportation, equipment, tools, materials, and other items and services necessary to provide hotel services to military personnel and their families in support of the Department of Defense (DoD) Yellow Ribbon Reintegration Program (YRRP) as hosted by March Air Reserve Base (ARB), California. A Statement of Work (SOW) is attached to this combined synopsis/solicitation and will be made part of any resulting contract award. The minimum requirements are: (a) Location of the hotel must be in the San Diego, California area; (b) Guests will be arriving on Friday, YRRP events to be held all day on Saturday, and ending at noon on Sunday. Hotel facilities must have availability to store luggage if guests arrive prior to check in time, and late check out from hotel rooms may also be expected from a number of guests on Sunday; (c) The hotel must have easy accessibility/shuttle service to and from the airport, walking distance to restaurants, shops, and downtown family activities; (d) Hotel ratings must be 3 star or higher ratings; (e) Hotel rooms: approximately 200 hotel rooms to accommodate approximately 500 guests (this number includes approximately 100 children); (f) Additional 12 hotel rooms for YRRP event support personnel; (g) Additional 4 hotel rooms for Distinguished Visitors (DV); (h) Child care for approximately 100 children; (i) Children's meals for approximately 100 children; (j) Guest meals: Breakfast buffet Sat/Sun, Lunch buffet Saturday, Plated dinner Saturday evening (approximately 8 to 10 seats per dinner table); (k) Reception/Ice breaker Friday night with light hors d'oeuvres with water and soda; (l) One general session room to accommodate approximately 300 guests for YRRP events on Friday night reception/ice breaker, Saturday (all day), evening dinner on Saturday, and Sunday morning closing activities; (m) The general session room must have a speaker podium and PA system set up, audio-visual computer with CD/DVD drive, USB 2.0 port, and projector/projector screen; (n) Audio-visual on-site technician support available on Saturday (all day) and Sunday morning; (o) Five separate breakout rooms provided with appropriate number of tables and chairs to accommodate approximately 100 personnel in each room; (p) One set area with appropriate number of tables and chairs to accommodate about 18 vendors (e.g., Tricare, Veterans Affairs, Military 1 Source, etc.) to provide information to guests; (q) One dedicated operations room for support personnel with internet access, telephone lines with local and long distance access, electrical outlets for electronic equipment (e.g., laptops, etc.), two desks, two 8' tables, and 12 chairs; (r) Access to hotel customer business center with fax machines and copying services; (s) Refrigerator availability if needed in rooms of some guests with medical need; (t) Self/Valet parking options availability; (u) Grace period for adjustments on size of event; (v) Hotel must also be certified by Federal Emergency Management Agency (FEMA); (w) A site visit of offered hotel facilities is required prior to award of the contract. Dates hotel services are required: First event on July 31, August 1, and 2, 2009; and second event on September 25, 26, and 27, 2009. Proposals must include prices for both events. Proposals must also be accompanied with a set menu for each meals identified above. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered in accordance with FAR 52.212-2 Evaluation-Commercial Items. The following factors shall be used to evaluate proposals: (1) Size and quality of services and accommodations; (2) Location; (3) Experience with large conferences; and (4) Price (cost of accommodations, services, cancellation fee, attrition fee, meals, etc.). Size and quality of services and accommodations, location, and experience with large conferences, when combined have more weight than price in the evaluation process. Evaluation may be made without discussions with the offerror(s). Due to the size of the events and complexity of the associated logistics involved in this particular YRRP initiative hosted by March ARB, the Government reserves the right to contract directly with the prospective hosting hotel facility. All interested parties are responsible for monitoring the FedBizOpps website at http://www.fedbizopps.gov for status of this combined synopsis/solicitation and any applicable amendments thereto. To be eligible for award under this combined synopsis/solicitation, offeror must be registered on the Central Contractor Registration (CCR) at http://www.ccr.gov. Effective January 1, 2005 in accordance with FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, offerors are required to submit on-line representations and certifications (ORCA) application at http://www.bpn.gov/. The following clauses apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions required to implement statutes or executive orders-Commercial items; 52.233-2 Service of Protests; 52.233-3 Protest After Award; 52.219-6 Notice of Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 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; 52.222-32 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act--Supplies; 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act; 52.232-33 Payment by Electronic Funds Transfer; 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires: This statement if for Information Only: It is not a Wage Determination: Occupational Code 07041-Cook 1 $15.14, 07310-Food Service Worker $10.27, 07260-Waiter/Waitress $10.49, 11240-Maid or Houseman $9.06, 99030-Cashier $10.39, 99050-Desk Clerk $12.73, all occupational code rates plus 29.1% fringe benefits, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, and FAR 52.252-2 Clauses Incorporated by Reference. Full text language of provisions and clauses incorporated by reference can be located at http://farsite.hill.af.mil. The Department of Defense requires payment of contractor invoices be made electronically in accordance with DFARS Clause 252.232-7003 Electronic Submission of Payment Request, with procedures available at http://www.wawf.eb.mil. FAR 52.232-18 Availability of Funds is hereby incorporated in full text: Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Deadline for submission of all proposals will be no later than June 8, 2009 at 4:00 PM PST. Proposals may be mailed to 452 MSG/LGC, ATTN: Contracting Officer, 1940 Graeber St., Bldg. 449, March ARB, CA 92518-1650, or sent electronically to the following e-mail address: Vivian.Flotildes@march.af.mil. Fax proposal will not be accepted. For further information regarding this combined synopsis/solicitation, please contact Ms. Vivian R. Flotildes, Contract Administrator, telephone (951) 655-2784.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/452LSSLGC/F5F3CC9114A001-A/listing.html)
- Place of Performance
- Address: 452nd Operational contracting, 1940 Graeber St., bldg 449, March ARB, California, 92518-1650, United States
- Zip Code: 92518-1650
- Zip Code: 92518-1650
- Record
- SN01825647-W 20090524/090522234504-31df7ffee6a9755dda2d07ccb6b3a7cc (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 |