SOLICITATION NOTICE
V -- Yellow Ribbon Event 21-25 April 2010 in Manchester, NH
- Notice Date
- 4/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- USAR Center-Dix, 5418 South Scott Plaza 3rd Floor, Fort Dix, NJ 08640-5097
- ZIP Code
- 08640-5097
- Solicitation Number
- W91LV2-10-T-0040
- Response Due
- 4/19/2010
- Archive Date
- 6/18/2010
- Point of Contact
- John W. Fields, (609) 562-2702
- E-Mail Address
-
USAR Center-Dix
(john.w.fields@us.army.mil)
- Small Business Set-Aside
- N/A
- 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 NAICS code for this acquisition is 721110 with the small business size standard being $7,000,000 or less. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to provide contracted services as set forth below and in the attached Statement of Work. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil or http://www.arnet.gov/far/ ): FAR 52.204-7, Central Contractor Registration; The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR CLAUSE 52.212-1 applies to this acquisition. Paragraphs (d), (e), (h), and (i) are hereby deleted from FAR 52.212-1; FAR 52.212-2 Evaluations- Commercial Items, FAR 52.212-3, Offeror Representatives and Certifications-Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications- Commercial Items apply to this acquisition and offeror(s) must include completed copies with their quote. FAR 52.212-3 and DFAR 252.212-7000 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (Online Representation and Certifications application). Offerors are required to indicate whether they will accept the government credit card as a method of payment. The clause at 52.212- 4, Contract Terms and Conditions Commercial Items applies to this acquisition and the following addendum applies: The following paragraphs are hereby deleted from the FAR Clause 52.212-4: (h), (j), (n) and (p); FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text:; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-6; FAR 52.219-28; 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 Workers with Disabilities; FAR 52.232-33, Payment by Electronic Transfer Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference, the following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: 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, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.246-7000, Material Inspection and Receiving Report.. Your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, Point of Contact and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices subject to payment by the Defense Accounting and Finance Office shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. The anticipated award will be a Firm-Fixed Price contract. Offerors must submit quotes on the full quantity identified. Award shall be made to a single offeror. The Contracting Officer reserves the right to make no award under this procedure. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. QUOTES MUST INCLUDE THE FOLLOWING INFORMATION: Pricing, CAGE code, DUNS number, and Federal Tax ID All prices must include all applicable taxes, fees, gratuities and service charges. Third party providers should include the additional information requested in the paragraph listed below ----Failure to provide this information with your quote may deem your quote non-responsive. This is NOT a solicitation for Event Planning Services. For a proposal submitted by an offeror that is not a hotel, the offeror must describe in its proposal the technical approach for the offeror's services as a prime contractor and forward a copy of a signed, written agreement between the offeror and a representative who has binding authority of stated hotel facility. This agreement must state that it covers the period of performance requested in the solicitation. In addition, a copy of all insurances(s) (standard business, liability, extraordinary insurances) must be submitted with the offerors technical proposal for evaluation purposes. Again, this is not a solicitation for Event Planning Services. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable. REQUIREMENTS: ITEM(S): Double Rooms/Double Occupancy - Dates Required: 4/21/2010 - 4/25/2010 Date: 4/21: Qty: 87 Each Date: 4/22: Qty: 87 Each Date: 4/23: Qty: 174 Each Date: 4/24: Qty: 208 Each ITEM(S): Meeting Space for Saturday 4/24/2010 DESCRIPTION: General Session - Qty: 1 Each (0600 1700 Hours) Includes Round Tables and Chairs for approximately 500 people and 25 tables for Vendors Operations Center- Qty: 1 Each For approximately 15 people with long tables Childcare Rooms Qty: 4 Each For approximately 50 adults and children (1 Room will need 3 cribs and microwave for warming bottles) ITEM(S): Food Date: 4/22: Breakfast for 169 people Date: 4/22: Dinner for 169 people Date: 4/23: Breakfast for 169 people Date: 4/23: Dinner for 169 people Date: 4/24: Lunch for 329 people Suggested Menu for Breakfast but not restricted to: Scrambled eggs, pancakes or French toast, bacon, sausage or ham, fresh fruit, yogurt, asst juices, milk coffee, tea, water and appropriate condiments. Suggested Menu for Lunch and Dinner but not restricted to: Hot chicken entree or sliced beef, pasta, assorted breads, tossed salad with assorted dressings, coffee, tea, iced tea, soda and assorted desserts. THE CONTRACTOR SHOULD INCLUDE A DETAILED MENU OF THE MEALS THAT WILL BE PROVIDED DURING THIS CONFERENCE. PLEASE NOTE THAT THE TOTAL AMOUNT OF MEALS CANNOT EXCEED THE GOVERNMENT PER DIEM RATE WHICH IS $56.00 PER DAY. ITEM(S): Audiovisual Equipment (A/V) for Saturday 4/24/2010 Screen Qty: 1 Each (Approximately 8X8 or larger) Microphone- Qty: 1 Each (Wired or Wireless) Podium Qty: 1 Each TV/VCR Qty: 1 Each (For childrens room) ITEM(S): Hotel Shuttle to/from local airport and nearby attractions, restaurants, etc. LOCATION: The Hotel must be within 10 miles of the Manchester Airport (MHT) located at 1 Airport Rd, Manchester, NH 03103. The contractor is put on notice that the government will not be held liable for any requirement that is to be paid for by participants or any amounts associated with those items, including any guaranteed minimum purchases that the contractor may require. REQUIRED RESPONSE DATE: Quotes must be received by 12:00 P.M. Eastern Time (ET) on 19 April 2010. Quotes may be faxed to (609) 562-2920 or e-mailed to john.w.fields@us.army.mil. An official authorized to bind your company shall sign the quote. Questions concerning this solicitation should be addressed to John Fields, Contract Specialist, via email or fax at the contact information previously provided. All questions or inquires must be submitted in writing. Quotes are being requested and a written solicitation will not be issued.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cfb70f98c345409a4940cc968a4d54ac)
- Place of Performance
- Address: USAR Center-Dix 5418 South Scott Plaza 3rd Floor, Fort Dix NJ
- Zip Code: 08640-5097
- Zip Code: 08640-5097
- Record
- SN02124521-W 20100418/100416235504-cfb70f98c345409a4940cc968a4d54ac (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 |