SOLICITATION NOTICE
V -- Yellow Ribbon Conference Boston 17-19 December 2010
- Notice Date
- 11/5/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- USPFO for Massachusetts, 50 Maple Street, Milford, MA 01757-3604
- ZIP Code
- 01757-3604
- Solicitation Number
- W912SV-11-R-0002
- Response Due
- 11/15/2010
- Archive Date
- 1/14/2011
- Point of Contact
- Richard George, 508.233.6664
- E-Mail Address
-
USPFO for Massachusetts
(richard.george@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. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 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 W912SV-11-R-0002 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46. This solicitation is Unrestricted. The NAICS code that applies is 721110. Small Business Size Standard is $7 Million. This action will result in a FFP purchase order utilizing simplified commercial acquisition procedures under Full and Open competition. This requirement is for Yellow Ribbon Event (which requires lodging, meals and meeting rooms for briefings). Qualified establishments shall be located within a 40 mile radius of Boston Common in Boston, Massachusetts Establishments who do not provide proposal based on receipt and review of statement of work will be deemed non-responsive. Statement of Work is as follows: STATEMENT OF WORK (SOW) I. BACKGROUND 1. The contractor shall, except as specified in this Statement of Work (SOW) as government furnished property or services, provide all personnel, supervision, and any items and services necessary to provide catered meals, lodging for 17 and 18 Dec 2010 and meeting rooms to the Massachusetts Army National Guard, for the Yellow Ribbon Events scheduled for 18 and 19 Dec 2010, as defined in this SOW. II. SCOPE OF WORK 1. Contractor shall provide the following services: III. Lodging for Yellow Ribbon authorized individuals designated by the Massachusetts Army National Guard Yellow Ribbon Event POC Sgt. Jacques Parent for 17 and 18 Dec 2010. Required number of rooms is 250 Room sizes required will include singles and doubles. IV. Rooms for the Yellow Ribbon Event for briefings. Rooms shall include tables (conference style) and chairs (cushioned) to accommodate number of persons estimated for each type of room required; required room sizes are as follows: a. One (1) Ballroom style room, able to accommodate 800-900 people b. Six (6) rooms able to accommodate approximately 200 people c. Two (2) rooms able to accommodate the following age groups: 0-5 (approx. 45), 6-12 (approx. 40). These rooms will be utilized for activities related to each group; specific numbers yet to be determined. d. Two (2) rooms able to accommodate 6-8 people (consultation type rooms) V. Meeting room facilities to include: a. Two 10 X 10 screens for ballroom to include projectors and required electrical items b. Three size-appropriate screens with projectors and required electrical items for three of the 200-person capacity rooms in IV(b) above. The Government will provide three screens, projectors and electrical items for the remaining three rooms. c. Microphones for all seven meeting rooms d. 8 x 12 raised platform in ballroom style room VI. Event will also require 45 six-foot long rectangular tables, with skirting (for registration and exhibit purposes); locations will be determined. VII. Meals provided for in ballroom for 800 people (including estimated total of 80 persons under 18) a. Light Breakfast food: menu should resemble the following content: pastries, Danish, bagels, fruit, coffee, milk and juices. Menu should also include amenities such as: cream cheese, jams and jellies, etc. Serving timeframe shall be from 7:00 a.m. to 10:30 a.m. b. Lunch (boxed lunch for Saturday with sandwich option and sides, such as chips, fruit drinks and associated table services; plated meal in ballroom for Sunday with a chicken entre, vegetables, starches, salad, and assorted desserts. Specific menu, based on proposed choices, will be determined by event POC Sgt. Jacques Parent.) Serving time is to be determined. c. Afternoon Snack & Beverage Option; to consist of water, coffee, tea, and light snacks (e.g., cookies, bagged chips, etc.) Specific timeframes service shall be available will be determined. d. Contractor will furnish all food items, cooked, and delivered to the areas identified by catering manager at designated times in accordance with this SOW. e. Contractor shall provide full service catering to include setting up, plates, napkins, silverware, glasses/cups, clean up equipment to keep food hot/cold and removal of all trash. f. Contractor shall have all food items delivered and available on site no later than 7:00 a.m. for breakfast, no later than 12:05 p.m. for lunch and no later than time to be determined for afternoon break. g. Contractor shall provide water to be available all day and replenished (up to 8 hours) as necessary. h. Contractor shall provide all condiments (sugar, cream, sweetener, etc). Note: Children will eat meals with their families; however, afternoon snack & beverage option shall be provided for them, as well. (END OF STATEMENT OF WORK) ________________________________________________________________________ The Government intends to award all requested services to a single vendor; however, establishments who are unable to provide for total lodging requirements are welcome to partner with another co-located establishment, in order to meet total rooms required requirement will still need to be awarded to a single vendor. The lodging requirement date is 17 and 18 December 2010; event date is 18 and 19 December 2010. Proposals may be submitted as lump sum cost for each event time period (17, 18, 19 Dec 2010); however, contractor shall provide separate breakdown for general requirements (lodging, meeting rooms and accessories required, food and service provided, etc). Contractors facilities must meet minimum standards for federal (FEMA-approved as found on website http://www.usfa.dhs.gov/applications/hotel/ ), state (Massachusetts) and local governments as well as industry standards for health, safety, and welfare occupants. Government officials will personally visit establishments being considered for contract. The following shall be used to evaluate offers: price or cost to the government, quality of facilities and services, and ability to meet the government requirements as stated in Statement of Work. The Government will make an award to the responsible offeror whose offer conforming to the solicitation is considered the best value. All other evaluation factors when combined, are approximately equal to price. The following provisions are included in this acquisition: FAR 52.212-1, Instruction to Offerors Commercial (Jun 2008), FAR 52.212-2 Evaluation Commercial Items (Jan 1999). FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Jun 2009) Alternate I (Apr 2002) (A completed signed copy of provision FAR 52.212-3 shall be submitted with any quotation); 52.252-1, Solicitation Provisions Incorporated by Reference. The following clauses apply to this acquisition: FAR 52.204-7, Central Contractor Registration (Apr 2008); FAR 52.212-4, Contract Terms and Conditions Commercial Items (Mar 2009); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2008). The following additional FAR clauses cited within clause 52.212-5 also apply: 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; 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-50, Combating Trafficking in Persons, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.222-41, Service Contract Act of 1965, As Amended and 52.222-42, Statement of Equivalent Rates for Federal Hires, 52.233-3, Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim. FAR Clause 52.232-18, Availability of Funds (Apr 1984); 52.247-34, F.O. B. Destination (Nov 1991) and 52.252-2 Clauses Incorporated by Reference (Feb 1988) applies to this acquisition. The following DFAR clauses also apply: DFARS 252.201-7000, Contracting Officers Representative (Dec 1991), 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009); 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A (Sep 2007); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008). The following additional DFAR clauses cited within clause 252.212-7001 also apply: 252.247-7023 Transportation of Supplies by Sea (May 2002) Alternate III (May 2002). DFAR Clause 252.232-7010, Levies on Contract Payments (Dec 2006), 252.243-7001, and Pricing of Contract Modifications (Dec 1991). US Dept of Labor wage rate determination applicable to your locale applies to solicitation; applicable wage rate determination will be incorporated at time of award. You can locate your applicable wage rate through the following website: http://www.wdol.gov/sca.aspx#0. For information regarding this solicitation please contact SFC Richard George, 508-233-6664. All offers are due by 2: 00 p.m. (EST, 15 Nov 10), by e-mail to Richard.george@us.army.mil AND Margaret.l.sullivan@us.army.mil or by mail or hand carried to USPFO-MA (P&C), Contracting Office, Attn: SFC Richard George, 50 Maple Street, Milford, MA 01757. No facsimile offers will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19/W912SV-11-R-0002/listing.html)
- Place of Performance
- Address: USPFO for Massachusetts 50 Maple Street, Milford MA
- Zip Code: 01757-3604
- Zip Code: 01757-3604
- Record
- SN02323570-W 20101107/101105234206-3a3ec0f93a55eb603074d7e2320b2083 (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 |