SOLICITATION NOTICE
V -- Yellow Ribbon Reintegration Event - Virginia Beach, VA
- Notice Date
- 11/18/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- VaANG Base Contracting Officer, Richmond IAP, 61 Falcon Road, Sandston, VA 23150-2523
- ZIP Code
- 23150-2523
- Solicitation Number
- W912LQ-11-Q-0001
- Response Due
- 12/7/2010
- Archive Date
- 2/5/2011
- Point of Contact
- Amy Daniels, 757-764-4447
- E-Mail Address
-
VaANG Base Contracting Officer
(amy.daniels@langley.af.mil)
- Small Business Set-Aside
- Total Small Business
- 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 Request for Quote (RFQ) for lodging, catering and conference space during the period of February 11-12, 2011. This RFQ constitutes the only solicitation. This procurement is issued under a 100% small business set-aside under the NAICS 721110 with a small business size standard of $30M. The Virginia Air National Guards Family Programs Office will conduct a Yellow Ribbon event on dates specified above. This event is not currently funded. No award will be made unless funds become available to make payment under an order. The government reserves the right to cancel this solicitation at any time without any obligation to the offeror by the government. Pricing must be in effect until 10 February, 2011. The area of consideration to hold the event is the Virginia Beach, VA. A pricing schedule identifying quantities of services needed is attached and must be completed and returned with your quote. All quantities are estimated. Unit prices shall be inclusive of all applicable service fees. A performance work statement (PWS) is attached and is hereby made a part of this RFQ and will be made a part of any resulting award. The following provisions and clauses are applicable to this acquisition: FAR Provisions 52.212-1, 52.212-3 Alt I, and 52.252-1; DFARS Provision 252.212-7000; FAR Clauses 52.212-4, 52.212-5, 52.222-50, 52.232-18, 52.252-2 and DFARS Clauses 252.204-7003 and 252.212-7001. FAR provision 52.212-3 and Alt I and DFARS Provision 252.212-7000 shall be completed and returned with your quote. If your company information is available through Online Representations and Certifications (ORCA) so indicate in 52.212-3 and return only that portion of the provision. FAR Provision 52.212-1 is amended as follows: Delete paragraph (d) Product Samples. FAR Provision 52.252-1 and FAR Clause 52.252-2: full text language of provisions and clauses incorporated by reference can be located at http://farsite.hill.af.mil. FAR clause 52.212-4 is amended as follows: paragraph (g) (1) change requirement for three copies of invoices to 1 copy of invoices and add after paragraph (g) (2) the following: Invoices are to be submitted electronically to https://wawf.eb.mil/. The following clauses included in 52.212-5 are applicable: 52.219-8, 52.219-28, 52.219-35, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.225-13, 52.232-33, and 52.232-36. In addition, clauses, 52.222-41, 52.222-42, and 52.222-44 or 52.222-53, included in 52.212-5 may be deemed applicable pending contractors response to paragraph (k)(2) in FAR Provision 52.212-3. The following clauses included in 252.212-7001 are applicable: 252.225-7001 and 252.247-7023 Alt III. SCA Wage Determination No: 1997-0026 Revision No: 26 dated 06/15/2010, will be made a part of any resulting award. Award will be made to the low price technically acceptable (LPTA) quote which represents the most advantageous scenario to the government considering the potential for multiple awards. Since multiple awards will be considered, vendors are not required to bid every line item. In determining the most advantageous scenario, the government will evaluate pricing as follows: 1 - If it is determined one vendor can meet all requirements (lodging, conference, catering, etc.) and offers the overall lowest price, one award may be made to the one vendor. 2 - While vendors are not required to quote all line items, if a vendor is quoting conference space, they must also quote catering service for the same event. 3 - If no one vendor can accommodate all lodging for an event, in order to be advantageous to the government, the lodging facility(ies) must be located within 5 miles of the facility determined to offer the LPTA conference quote. For example, if a conference facility in Virginia Beach, VA is able to meet all conference requirements for an event and is determined to be the LPTA conference quote, but is not able to meet the entire lodging requirements, the hotel may subcontract with other hotels within a 5 mile radius which also meet the minimum lodging requirements. Also, other hotels quoting which are within a 5 mile radius of the LPTA conference facility will be evaluated for potential award for lodging if they are within 5 miles of the LPTA conference facility. 4 - An evaluation factor of $500.00 per award will be applied in determining if it is in the government's best interest from an administrative standpoint to make multiple awards. This monetary evaluation factor is separate from determining the number of facilities needed to be utilized to meet the requirement which will also be considered in determining if it is advantageous to make multiple awards. For purposes of price evaluation, if there is a mathematical error in which the unit price multiplied by the quantity does not equal the extended total, the unit price will prevail and be used for evaluation and award purposes. To be determined technically acceptable, the following minimum requirements must be met: (1) The quote must provide for all services which are being quoted (i.e. if quoting the conference, contractor must be able to provide conference space, catering, support equipment, etc.). (2) Hotel(s) must have on-site parking for at least one vehicle per room reserved or if off-site parking, hotel must provide valet services. The conference facility shall have parking for 900 vehicles. (3) Hotel must have at least one operating, full service restaurant on site and/or have full service restaurants located within three blocks of the hotel. (4) Facilities being proposed for lodging and conference must be located in Virginia Beach, VA area. (5) Lodging facility must be FEMA approved. In order to determine if minimum requirement (1) can be met, all services requested must either be priced or annotated as provided at no additional cost. For minimum requirements (2), (3), & (5) offeror must provide a fact sheet which addresses each minimum requirement. The physical location of the proposed hotel facility must be provided to permit a determination to be made as if minimum requirement (4) can be met. Pricing shall be provided on attached pricing worksheet. Paragraph (e) of FAR Provision 52.212-1 encourages offerors to present alternative terms and conditions for satisfying the requirements of this solicitation. Should any term or condition (i.e. number of hours prior to event attendee may cancel reservation, etc.) be altered, offeror must clearly annotate the alteration in the quote. The government may or may not accept the alternative term or condition. Such determination will be made based on if it is in the governments best interest to accept the proposed alternative. In anticipation of questions regarding if the government per diem rate is required, the following response is provided. The solicitation is being issued on a competitive basis. The rate utilized for purposes of award will be the rates proposed by the offeror(s) determined to offer the lowest technically acceptable offer. As stated in paragraph (g) of Federal Acquisition Regulation (FAR) Provision 52.212-1, included in this solicitation, The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offerors best terms from a price and technical standpoint. All questions shall be submitted in writing and received by 4:30 p.m. ET, December 3, 2010. Questions can be sent via email, amy.daniels@langley.af.mil or fax (757)764-4071. Quotes are due not later than 4:30 p.m. ET, December 7, 2010. Quotes may be faxed to (757)764-4071, Attn: Amy Daniels, or emailed to amy.daniels@langley.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44-1/W912LQ-11-Q-0001/listing.html)
- Place of Performance
- Address: n/a n/a Virginia Beach VA
- Zip Code: n/a
- Record
- SN02329761-W 20101120/101118234121-ec6a180d5a170bc4d621c459e40ea277 (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 |