SOLICITATION NOTICE
V -- Hotel and Conference Center for Chaplain Annual Sustainment Training August 21 - 25, 2011-Inner Harbor, Baltimore, MD
- Notice Date
- 12/23/2010
- 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-CASTHOTEL
- Response Due
- 1/6/2011
- Archive Date
- 3/7/2011
- 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. 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; quotes are being requested and a written solicitation will not be issued. Solicitation is W912SV-11-CASTHotel. This is not a solicitation for Event Planning Services or 3rd Party Event Planning Services. USPFO for Massachusetts will not consider a proposal submitted by an offeror that is not a hotel. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable. This procurement is being issued on an unrestricted basis under NAICS Code 721110, resulting in a COMPETITIVELY awarded purchase order contract. This announcement is being issued subject to the availability of funds. This requirement is for Chaplain Annual Sustainment Training (CAST) Hotel (which requires lodging, audio-visual, and meeting rooms for briefings). Qualified establishments shall be located within the area of Baltimore, MD known as the Inner Harbor. Establishments who do not provide proposal based on receipt and review of statement of work will be deemed non-responsive. 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. SPECIFICATIONS: The USPFO for Massachusetts has a requirement to purchase the following services: STATEMENT OF WORK (SOW) 1)BACKGROUND a)The Contractor shall be able to provide hotel accommodations - 1430 room nights (20 rooms from 21-25 Aug 2011 and 450 rooms for 22-25 Aug 2011); and needed support services-one main conference center that seats 550 and 4 additional breakout rooms; for the period 22-25 August 2011 in Baltimore, MD area for 550 Chaplains and Chaplain Assistants attending Chaplain Annual Sustainment Training (CAST) 2011. b)SCOPE OF WORK i) Hotel shall hold a block of 450 sleeping rooms available per night for 22-25 August 2011 (total of 1350 room nights) at a price not to exceed the Federal Per Diem Rate for lodging at the hotel ii)Hotel must have an additional 20 sleeping rooms available per night for 21-25 August 2011 (total of 80 room nights). iii)Hotel must have a minimum of 10 suites for VIP's at prevailing federal per diem rate. iv)The cut-off date for room reservations is 3:00 p.m. on 17 August 2011. v)Between the cut-off date in the preceding paragraph and the night of August 24, pending availability of rooms, the Hotel shall allow up to a 10 percent increase in room quantities at the stated rate in the quotation, or a 10 percent decrease at no charge to the Government for cancellations. vi)Quantities are estimates only. All quotes must have unit prices for each item detailed. vii)The conference coordinator shall provide a code number to the hotel and to the authorized registrants to facilitate the registration process. viii)All rooms will be paid for by individual travelers using their Government Travel Cards. ix)Rooms must be suitable for nationally distinguished civilian and military guests. The hotel property and rooms shall meet or exceed industry standards for cleanliness and d cor. Furniture, fixtures and linens shall not be at the end of their life cycles, showing a worn or shabby appearance. x)Hotel must have a four star or greater designation. xi)Hotel must have a fitness center. xii)Each room must have central or individual climate control units for air conditioning/heating throughout (no window fans), a television, and complimentary internet access. xiii)Each room must have a private bath with shower. a. Hotel must have one main conference hall that seats 550 people for Monday through Thursday, 22-25 August 2011. c)Meeting Space i)Hotel must have one main conference hall that seats 550 people for Monday through Thursday, 22-25 August 2011. ii)Hotel must have four additional breakout rooms on the same floor as the main conference room for Tuesday through Thursday, 23-25 August 2011. Minimum seating in each 150. iii)Hotel must have one boardroom style meeting room. iv)Hotel must have a full service business center. v)Hotel must have adequate space for a vendor/exhibitor area with room for 20, 6-8 foot display tables. vi)The hotel will provide conveniently located pitchers of ice-water in the conference facility, main conference room and breakout rooms. vii)The hotel will provide a reception room for 22 Aug 2011 that will seat at least 200 people. viii)The hotel will provide an area for cash sales of food and beverages for 23-25 Aug 2011. d)Registration Center: Hotel will designate within the facility a centrally located event registration center easily accessible to CAST attendees and administrative personnel with adequate storage for administrative items. e)Audio Visual: i)Monday, 2 wired microphones, video distribution amp, video switcher controller, # channel input mixer, 2 screens, 2 projectors, speaker video monitor, podium, all connecting cables, power cords, 2 amplifiers, and stands as needed. ii)Tuesday, 8 wired microphones, 4 handheld microphones, video distribution amp, video switcher controller, # channel input mixer, 6 screens, 6 projectors, speaker video monitor, podium, all connecting cables, power cords, 2 amplifiers, and stands as needed. iii)Wednesday, 2 wired microphones, 4 handheld microphones, video distribution amp, video switcher controller, # channel input mixer, 6 screens, 6 projectors, speaker video monitor, podium, all connecting cables, power cords, 2 amplifiers, and stands as needed. iv)Thursday, 2 wired microphones, 4 handheld microphones, video distribution amp, video switcher controller, # channel input mixer, 6 screens, 6 projectors, speaker video monitor, podium, all connecting cables, power cords, 2 amplifiers, and stands as needed. v)Hotel must provide in-house A/V support. f)Internet Services: Hotel will have wireless internet capability in the lobby and wireless or broadband in the guest rooms. g)Event Coordination: i)The contractor will arrange a meeting with the hotel staff and CAST 2011 representatives three months prior, and one month prior if necessary, regarding the scheduled arrival of attendees. These meetings are to coordinate the details of the facility use. ii) Inspection of rooms and facilities may be made by the contracting officer or representative prior to award of contract. iii) Hotel must not have any major renovations ongoing or planned for the duration of the event that will negatively impact upon the overall quality of the event. ________________________________________________________________________ EVALUATION FACTORS: The contract type for this procurement will be a firm-fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Offerors capability to provide a quality service and facility that meets the Government's needs; (2) Proximity to Inner Harbor; (3) Past performance, caliber of offerors performance on previous contracts of a similar nature; and (4) Total cost or price. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract. (1) FAR 52.204-7 - Central Contractor Registration (2) FAR 52.212-1 - Instructions to Offerors--Commercial Items (3) FAR 52.212-2 - Evaluation--Commercial Items (4) FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items, with Alternate I (5) FAR 52.212-4 - Contract Terms and Conditions--Commercial Items (6) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.222-3 - Convict Labor (b) FAR 52.222-21 - Prohibition of Segregated Facilities (c) FAR 52.222-26 - Equal Opportunity (d) FAR 52.222-36 - Affirmative Action for Workers with Disabilities (e) FAR 52.222-50 - Combating Trafficking in Persons (f) FAR 52.225-13 - Restrictions on Certain Foreign Purchases (g) FAR 52.232-33 - Payment by Electric Funds Transfer-Central Contractor Registration (h) FAR 52.232-36 Payment by Third Party (i) FAR 52.233-3 - Protest After Award (j) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (7) FAR 52.252-2 - Clauses Incorporated by Reference (8) DFARS.252.203-7000 Requirements relating to Compensation of Former DoD Officials (9) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (10) DFARS 252.204-7004 - Central Contractor Registration, Alternate A (11) DFARS 252.209-7001 Disclosure of Ownership or Control by the Government Of a Terrorist Country (12) DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.247-7023 ALT III Transportation of Supplies by Sea Alternate III ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. And also in accordance with FAR 52.212-3, Offeror Representations and Certifications Commercial Items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov. The Federal Government is Tax Exempt. Quotes are due NLT 12:00 (noon) 6 January 2011. Quotes may be e-mailed to Richard.george@us.army.mil and Margaret.L.sullivan@us.army.mil. Facsimile quotes will not be accepted. Quotes may be delivered via mail or hand carried to the address below to the attention of Richard George. All quotes must arrive by the time specified. Quotes are required to: 1. Be submitted on provided bid sheets (See Quote tab within the Statement of Work spreadsheet). Click on Additional Documentation below. 2. Include quotation number, offeror's name and address, point of contact, phone number, fax number, e-mail address (if available), CCR number, and TIN on cover sheet submitted with bid sheet. 3. Include a proposed menu for each meal. Failure to provide this information with your offer may cause your offer to be considered non-responsive. Please direct questions to Richard.george@us.army.mil or Margaret.L.sullivan@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19/W912SV-11-CASTHOTEL/listing.html)
- Place of Performance
- Address: USPFO for Massachusetts 50 Maple Street, Milford MA
- Zip Code: 01757-3604
- Zip Code: 01757-3604
- Record
- SN02350263-W 20101225/101223233840-8ae5fd2424a45fadd132159b8e8d45c6 (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 |