Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2010 FBO #3304
SOLICITATION NOTICE

V -- Yellow Ribbon Reintegration Event

Notice Date
12/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
179 AW/MSC, 1947 Harrington Memorial Road, Mansfield, OH 44837-0179
 
ZIP Code
44837-0179
 
Solicitation Number
W91364YWRIBBN
 
Response Due
12/28/2010
 
Archive Date
2/26/2011
 
Point of Contact
gordon.strom1, 419-520-6390
 
E-Mail Address
179 AW/MSC
(gordon.strom@ang.af.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 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 72111. 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 the Columbus, Ohio area; establishments in suburban areas (i.e. Polaris, Dublin, etc) are considered within these parameters. 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 and meeting rooms to the 179 AW, Ohio Air National Guard, for the Yellow Ribbon Events scheduled for 22 Jan 2011 as defined in this SOW. II. SCOPE OF WORK 1.Contractor shall provide the following services: a.Lodging for Yellow Ribbon authorized individuals designated by the 179th AW, Ohio Air National Guard Yellow Ribbon Event POC - Ms Faline Rowland, for 21 Jan 2011. Required number of rooms is 430. Room sizes required will include singles, doubles, and suites. 1.Additionally, rooms will need to be reserved for Non-Yellow Ribbon participants; 14 rooms (price separately from rooms requested above). b.Rooms for Yellow Ribbon Event for briefings (on 22 Jan 11). 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: 1.One (1) Ballroom style room, able to accommodate 750 - 850 people; room to serve as General Session meeting room, and can later be utilized for Breakout meeting rooms required below (some or all), if possible. 2.Two (3) rooms able to accommodate approximately 200 people (Breakout rooms) 3.Two (2) rooms able to accommodate approximately 100 - 150 people (Breakout rooms) 4.Three (3) rooms able to accommodate the following age groups: 0-5 (approx. 30), 6-11 (approx. 20), 12-17 (approx. 10). These rooms will be utilized for activities related to each group; specific numbers yet to be determined. 5.Two (2) rooms able to accommodate 6-8 people (consultation type rooms) 6.One (1) room able to accommodate approximately 40 people; room is requested to have round tables c.Meeting room facilities to include: 1.Screens for all meeting rooms (at least 1 screen for each room/ size appropriate); to include projectors and required electrical items (with possible need for rear-projection screen(s) for ballroom style/General Session room). 2.Speaker stands, microphones and wireless mics for all five meeting rooms 3.8' x 12' raised platform in ballroom style room d.Event will also require twelve (12) conference style tables, with skirting (for registration and exhibit purposes); locations will be determined. e.Meals provided for in eating area separate from meeting rooms, for approximately 860 people (including estimated total of 170 persons under 18) 1.Light Breakfast food (hot/cold combination); menu should resemble the following content: scrambled eggs, French toast, bacon or sausage patties, potatoes, pastries, breads, cereals, milk, coffee, and juices. Menu should also include amenities such as: butter, syrup, jams and jellies, etc. Serving timeframe shall be from 6:00am - 7:45am. 2.Lunch (Buffet style; at least 2 tables/4 lines) to include: choice of 3 entrees, vegetables, starches, salad, and assorted deserts; to also include drinks and associated table services. Specific menu, based off of proposed choices, will be determined by event POC (Faline Rowland). Serving timeframe shall be from 11:30am - 1:00pm. 3.Afternoon Snack & Beverage Option; to consist of bottled water, variety of canned sodas, coffee, and light snacks (e.g. cookies, bagged chips, etc). Specific timeframes service shall be available will be determined. 2.Contractor will furnish all food items, cooked, and delivered to the areas identified by catering manager at designated times in accordance with this SOW. 3. 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. 4. Contractor shall have all food items delivered and available on site no later than 7:30am for breakfast, no later than 11:15am for lunch and no later than 2:00pm for afternoon break. 5. Contractor shall provide a coffee "bar" and variety of drinks (sodas) and water to be available all day and replenished (up to 8 hours) as necessary. 6. Contractor shall provide all condiments (sugar, cream, sweetener, etc). 7. All food and beverages will remain the property of the 179 AW and carry out containers will be provided by the contractor. Remaining food should be put into containers for "take home". Note: Children will eat meals with their families; however, afternoon snack & beverage option shall be provided for them, as well. III. PERFORMANCE REQUIREMENTS 1.Contractor Management. The contractor shall provide an on-site contract manager who shall be responsible for the performance of the work. The name of this person, and an alternate(s), who shall act for the contractor when the manager is absent, shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to the operation of this contract. The contract manager or alternate shall be available at all times to meet with government personnel designated by the contracting officer to discuss problem areas. The contract manager and alternate(s) must be able to read, write, speak, and understand English. The positions shall at no time be vacant. 2.Conduct. Contractor employees shall not access any area that is not pertinent or necessary to the fulfillment of their duties in accomplishing this contract. Contractor employees are to adhere to all instructions and warnings, communicated or posted, in regards to their work area and the facilities that occupy this area. 3.Inspections. Contractor performance shall be inspected by the Quality Assurance Evaluator (QAE) for contract compliance. a.Other Authorized Observers. Government personnel, other than QAEs and contracting officers, may observe the contractor operations. However, these personnel may not conduct quality assurance inspections or interfere with employee performance. 4.PERFORMANCE OBJECTIVES SUMMARY POS No.Performance ObjectiveSOW para.Performance Threshold 1Provide Breakfast, on time, all items to include plates, napkins, silverware, etc.II. 1 (e)(1), 2 - 4, 6 100% visual inspection 2Provide Lunch, on time, all items to include plates, napkins, silverware, etc.II. 1 (e)(2), 2 - 4, 6 100% visual inspection 3Provide Afternoon Snack, on time, all items to include plates, napkins, silverware, etc.II. 1 (e)(3), 2 - 4, 6 100% visual inspection 4Keep Coffee and Drink Bar stocked.II. 5, 6 100% visual inspection 5Remaining food packaged up in carry out containersII. 7.100% visual inspection 6Provide correct number of lodging rooms on 21 Jan 11 II. 1. a.100% visual inspection 7Provide rooms with required facilities and accessories.II. 1 b., c., d.100% visual inspection IV. GOVERNMENT-FURNISHED PROPERTY AND SERVICES. The government will not be providing any facilities or services. (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 21 Jan 2010; event date is 22 Jan 2010. Proposals may be submitted as "lump sum" cost for each event time period (21-22 Jan 11); however, contractor shall provide separate breakdown for general requirements (lodging, meeting rooms and accessories required, food and service provided, etc). Contractor's facilities must meet minimum standards for federal, state (Ohio) and local governments as well as industry standards for health, safety, and welfare occupants. According to ANGR Sup 34-246, base officials will personally visit establishments being considered for contract. The following shall be used to evaluate offers: price or cost to the government, past performance for similar events (if applicable info is available), quality of facilities and services, 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 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 - Comm 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 Officer's 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 ; current wage determination no. is Wage Determination No: 1995-0811, rev 22, dated 15 Jun 10. For information regarding this solicitation please contact Gordon Strom, 419-520-6390. All offers are due by 5:00pm (EDST, 28 Dec 2010), by e-mail to gordon.strom@ang.af.mil, or by mail or hand carried to 179 AW, Contracting Office, Attn: Gordon Strom, 1947 Harrington Memorial Road, Mansfield, Ohio 44903-8049. No facsimile offers will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA33-3/W91364YWRIBBN/listing.html)
 
Place of Performance
Address: 179 AW/MSC 1947 Harrington Memorial Road, Mansfield OH
Zip Code: 44837-0179
 
Record
SN02341632-W 20101211/101209234307-355256ab7f1da12cb9342696d46ef060 (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.