SOLICITATION NOTICE
V -- YELLOW RIBBON - MINNEAPOLIS, MN AREA - 09 DECEMBER THROUGH 12 DECEMBER 2010
- Notice Date
- 12/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- USAR Contracting Center - East (Dix), 5418 South Scott Plaza, Fort Dix, NJ 08640-5097
- ZIP Code
- 08640-5097
- Solicitation Number
- W81YJR1322N018
- Response Due
- 12/6/2010
- Archive Date
- 2/4/2011
- Point of Contact
- Joseph Haslach, 609-562-2763
- E-Mail Address
-
USAR Contracting Center - East (Dix)
(joseph.haslach@us.army.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. Solicitation # W81YJR1322N018 is hereby issued as a Request for Quote (RFQ) for lodging during the period of 09 December - 12 December 2010 in the Minneapolis, MN area. This procurement is being issued as a Small Business Set-Aside - only Small Businesses are eligible for award. All Small Businesses under NAICS Code 721110 are being solicited resulting in a COMPETITIVELY awarded purchase order contract. Please be aware that as of 05 November 2010, the Small Business Size Standard has changed from $7.0M to $30M. If your business is now considered a Small Business under NAICS Code 721110, do to this change, your Central Contractor Registration (CCR) must be updated by 10:00am 06 December 2010 in order to be eligible for award. 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 attachments. The anticipated award will be a Firm-Fixed Price (FFP)-type contract. Offerors must submit quotes on the full quantity identified in the attached "REQUEST FOR QUOTE" document. The Government will award a purchase order 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. The following evaluation factors shall be used to evaluate offers: Technical (Facility Assessment consisting of cleanliness, security, amenities, availability of meeting space & rooms to support conference requirements), Location, Past Performance, and Price. Award will be based on the best value to the Government. Best value is based on the above criteria in the following manner: Technical is slightly more important than Location, which is slightly more important than Past Performance, which is slightly more important than Price. 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: a) A list of three (3) references for a similar stay. References shall include; name/point of contact, address, phone number, and Email address b) A list of facility amenities c) Pricing, CAGE code, DUNS number, and Federal Tax ID d) If the contractor providing the quote is not registered on the ORCA website, a completed copy of the attached Representations and Certifications document must be provided with the quote. 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 to be TECHNICALLY UNACCEPTABLE. This is NOT a solicitation for Event Planning Services. For a proposal submitted by an offeror that is not a hotel, the offeror must provide the following: a) A separate document describing the technical approach for the offerors services as a prime contractor. The technical approach must state that a lodging representative from the third party will be available full-time during the event(s) and must be physically present full time at the hotel during the entire event(s). The technical approach must include the third party's lodging representative's name and 24 hour contact information. b) A copy of a signed, written agreement between the offeror and a representative, from the hotel, who has binding authority of stated hotel facility. This agreement must state that the third party has been given the authority to propose a quote for stated hotel. The agreement must state the required period of performance and that the hotel has the accommodations for the stated period of performance. The agreement must state all requirements that are listed in the contract line item numbers (CLINs) and the additional technical requirements section on the attached "Request for Quote" document, and that the hotel has the accommodations to meet all requirements. This agreement must also be dated with a date no earlier than the Solicitation posting and no later than the Solicitation due date. c) A copy of all insurance(s) (standard business, liability, extraordinary insurances) 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 vendor shall be deemed TECHNICALLY UNACCEPTABLE. The requirements and Contract Line Item Numbers (CLINs) for this request for quote are listed in the attachment entitled "REQUEST FOR QUOTE". Contractors are to complete the REQUEST FOR QUOTE and return by the RFQ submittal date & time listed within. ONLY ONE QUOTE PER CONTRACTOR WILL BE CONSIDERED. ALL LATE QUOTES WILL BE REJECTED. NOTE: The final quoted price(s), both total and individual, MUST include all applicable taxes, fees, gratuities, commissions, service charges, etc...NO EXCEPTIONS. THE FEDERAL GOVERNMENT IS TAX EXEMPT. PROVISIONS/CLAUSES: please see attached REQUEST FOR QUOTE for all provisions and clauses that will/may apply to this solicitation and/or purchase order contract. LOCATION: The hotel must be within 15 miles of Minneapolis, MN Airport. 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. All services to be provided by the Hotel will be in accordance with the Performance of Work (PWS), which is contained throughout the attached "REQUEST FOR QUOTE" document. REQUIRED RESPONSE DATE: Quotes MUST be received by 10:00am Eastern Standard Time (EST) on 06 December 2010. Quotes are to be emailed or faxed to Joseph Haslach, Contract Specialist, at joseph.haslach@us.army.mil or (609)562-6933. If you fax your quote, please send an email stating at what time the quote was faxed without 30 minutes of sending the fax. An official authorized to bind your company shall sign the quote. Questions concerning this solicitation should be addressed to Joseph Haslach, Contract Specialist, via email, at the address provided above no later than 10:00am EST on 03 December 2010. All questions or inquiries 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/36660cefeff511ace7e0cebb120fe5cc)
- Place of Performance
- Address: USAR Contracting Center - East (Dix) 5418 South Scott Plaza, Fort Dix NJ
- Zip Code: 08640-5097
- Zip Code: 08640-5097
- Record
- SN02337154-W 20101204/101202234124-36660cefeff511ace7e0cebb120fe5cc (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 |