Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2010 FBO #3157
SOLICITATION NOTICE

X -- Hotel Rooms in Frederick, MD - SCA Wage Determination

Notice Date
7/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-10-0122
 
Archive Date
8/4/2010
 
Point of Contact
Corinne Nygren, Phone: 6123363235
 
E-Mail Address
corinne.m.nygren@aphis.usda.gov
(corinne.m.nygren@aphis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Service Contract Act Wage Determination (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This acquisition is being conducted in accordance with FAR Subpart 13.5 test program procedures for commercial items. Simplified acquisition procedures will be followed. (ii) This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (iii) This combined synopsis/solicitation will result in a firm fixed price commercial services purchase order. The vendor must be willing to accept a Federal Government purchase order as the method of payment. (iv) This requirement is being issued as a full and open competition. The NAICS Code is 721110. The small business size standard is $7.0 million dollars, or less. (v) This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), International Services (IS) which will be hosting a Plant Health System Analysis Workshop for their foreign counterparts at a facility in Frederick, Maryland August 16 - 25, 2010. The workshop will be held at the Professional Development Center (PDC) located at 69 Thomas Johnson Drive, Frederick, MD 21702. (vi) REQUIREMENT AND QUANTITIES: Line item 001 - Twenty-eight (28) single occupancy sleeping rooms for 11 nights. The check-in date is August 15, 2010 with a check-out date of August 26, 2010. The number of rooms is an estimate. The USDA attempts to be as accurate as possible when providing estimated quantities, however, actual quantities required may vary from the quantities listed. The final rooming list and exact number of rooms will be provided one week prior to arrival. Following are the required specifications for the hotel: Within the Government per diem allowance of $92.00 per night excluding tax; hotel is located in a safe, well lit area; sprinkler system; laundry facilities; compliant with the American with Disabilities Act (ADA) providing adequate accommodations for individuals with mobility, sight and hearing disabilities or impairments on hotel premises; convenient and within walking distance to restaurants and grocery stores as the guests will not have their own transportation. Following are some of the desired hotel specifications and amenities. Due to the number of nights an extended stay type of facility is desired with a fully equipped kitchen including a refrigerator, stove top, microwave, coffee maker, toaster, cookware/dinnerware and utensils; free high speed wireless internet; due to the fact the guests will not have their own transportation, a free local shuttle available to the guests is desired for transport to and from the training facility and local restaurants. It is desired the hotel be located within 7 miles of the workshop facility. (vii) The period of performance for this purchase order is from August 15, 2010 through August 26, 2010. (viii) The provisions and clauses incorporated into this solicitation document are incorporated by reference and are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) clauses can be accessed on the Internet at http://www.arnet.gov/far/. (ix) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (x) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov, or a hard copy of the provision may be attained from http://www.arnet.gov/far. (xi) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xii) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5-are considered checked and are applicable to this acquisition: 52.219-28-Small Business Program Representation; 52.222-3-Convict Labor; 52.222-21-Prohibition of Segregated Facilities; 52.222-26-Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41-Service Contract Act of 1965; The Department of Labor Wage Determination No. 1995-0819, Rev.26, dated 06/15/2010 applies to this purchase order. See http://www.wdol.gov/ for a copy of this wage determination. The awardee will be provided a copy of the wage determination with the purchase order. Contractors may be requested to provide proof that all personnel subject to the wage determination are paid appropriately; 52.222-42-Statement of Equivalent Rates for Federal Hires - Desk Clerk GS-$11.91 - $14.99, Maid or Houseman WG-$14.71; 52.222-50-Combating Trafficking in Persons; 52.225-13-Restrictions on Certain Foreign Purchases; 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations; 52.232-33-Payment by Electronic Funds Transfer Central Contractor Registration. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov; (xiii) EVALUATION OF OFFERS: Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. Offers will be evaluated based on technical capability and price. Technical capability is more important than price, however, the price must be within the government per diem rate. The Government will select the offer that is most advantageous to the Government and the following will be considered when evaluating offers for technical capability: Extended stay type of facility with a fully equipped kitchen including a refrigerator, stove top, microwave, coffee maker, toaster, cookware/dinnerware and utensils; free high speed wireless internet; free local shuttle available to the guests, and located within 7 miles of the workshop facility. (xiv) Quotations are due to the Minneapolis Contracting Office by 3:00 PM Central Time, Tuesday, July 20, 2010. Please reference the quote number on your documents. Quotes may be submitted via email, postal mail or by facsimile. (xv) The assigned Contracting Officer is Ms. Corinne Nygren. Ms. Nygren may be reached at Corinne.nygren@aphis.usda.gov (612) 336-3235 or by fax at (612) 336-3550. (xvi) Quotes should be of sufficient detail to determine their adequacy. If an offeror's quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award. As a minimum, offerors must submit the following to the Contracting Officer to be considered responsive and have a complete quote: 1) Pricing Schedule - a price for line item 001. All overhead and ancillary costs associated with the requirement will be assumed by the Contractor, and should be factored into the quote. 2) Signature of the offeror on the page which lists the price. 2) The required documentation requested above in section (xiii) EVALUATION OF OFFERS, which includes information on your hotel or a narrative which addresses how your company's hotel meets the technical capability. 3) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items OR confirmation that this has been completed on-line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-10-0122/listing.html)
 
Place of Performance
Address: Frederick, Maryland, United States
 
Record
SN02207147-W 20100717/100715235311-ad9b14f4cc160f559651bac0425e2e48 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.