Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2011 FBO #3525
SOLICITATION NOTICE

X -- United States Army Combat Readiness Center Fall Safety Training Conference 2011

Notice Date
7/18/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
ACC-APG SCRT - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-CRC-SAFETYCONFERENCE
 
Response Due
8/10/2011
 
Archive Date
10/9/2011
 
Point of Contact
David Barceleau, 508 233 6103
 
E-Mail Address
ACC-APG SCRT - Natick (SPS)
(david.barceleau@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 services prepared in accordance with the format in Subpart 12.6, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation WILL NOT be issued. The solicitation number is W911QY-CRC-SafetyConference and is issued as a Request for Quotes (RFQ), unless otherwise indicated herein. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 with a small business size standard of $30.M. This requirement is unrestricted and qualified offerors may submit quotes. Only qualified offerors registered in CCR and ORCA under this NAICS Code will be considered for this RFQ. The solicitation will start on the date this solicitation is posted and will end on August 10, 2011 at 3:00 PM Eastern Time. Note: The small business size standard for Hotels has recently been increased from $7.5 M to $30 M. All vendors are requested to update their CCR records to reflect any changes that may be necessary to reflect their current size standard. The anticipated award will be a Firm-Fixed Price (FFP)-type contract pursuant to FAR 13.5, Test Program for Certain Commercial Items. Offerors must submit quotes on the full quantity identified. Award shall be made to a single offeror. The Contracting Officer reserves the right to make no award under this procedure. The venue must be within a 100 mile radius of Ft Rucker, Alabama and located within 25 miles of a military airbase. Venue shall have meeting space for multiple simultaneous briefings; conference space (Ballroom) shall be free of pillars or obstructions. All meeting and sleeping rooms shall be under the same roof. The following apply to this solicitation and resulting contemplated award as required by the Service Contract Act of 1965, as amended (41 U.S.C. 351, et seq.), the applicable provisions of the Fair Labor Standards Act of 1938, as amended (29 U.S.C. 201, et seq.), and related Secretary of Labor regulations and instructions (29 CFR Parts 4, 6, 8, and 1925). Contractors performing on service contracts in excess of $2,500 to which no predecessor contractor's collective bargaining agreement applies shall pay their employees at least the wages and fringe benefits found by the Department of Labor to prevail in the locality or, in the absence of a wage determination, the minimum wage set forth in the Fair Labor Standards Act. The place of performance is unknown at the time of the solicitation. Wage determinations have been obtained for the possible places identified which include; Okaloosa County, Florida, Montgomery County, Alabama, and Bay County, Florida. By written request to the Contracting Officer, the Contracting Officer will obtain wage determinations for additional possible places of performance if requested within ten calendar days of the posting of this solicitation. Prospective contractor's can view the Service Contract Act Wage Determinations for their county and state at http://www.wdol.gov/sca.aspx#0. SECURITY REQUIREMENTS - due to the personnel attending this conference, there shall be special security requirements. They are as follows: Government shall have the right to conduct security screening of all areas used to include offices, conference guest rooms, conference dining areas at random times throughout the duration of the conference. Government has the right to restrict access to the dining area, entry and exit points in the vicinity of the dining area to conference attendees and designated hotel staff. Hotel shall inform the Government of how to identify hotel staff members that will work the conference and meeting room areas. Hotel shall provide details of how it conducts employee screening with its proposal. Hotel shall provide details of criminal incidents on hotel property for past 60 days with its proposal. Hotel shall provide details of its security posture (i.e., type of security-armed/unarmed, hours of patrol, access control measures, closed circuit TV, etc) with its proposal. Hotel shall make available for review any required fire, health, and safety certificates as required by Federal, State or local laws. Hotel shall ensure conference/meeting spaces (large group room, breakout room, support center, meal room) are available exclusively to Government throughout the duration of the conference. BILLING ARRANGEMENTS: Charges related to the contract shall be processed through Wide Area Work Flow according the contract requirements. Any charges, in addition to the agreed contract, must be prior approved by the Contracting Officer's Representative (COR) in writing. Other Requirements The estimate shall cover the following charges for DoD attendees: guest rooms, reception, meeting space rental, audio/visual and IT support. Any additional charges not authorized by the ARMY CONTRACTING COMMAND -ABERDEEN PROVING GROUND, NATICK CONTRACTING DIVISION (ACC-APG, NCD) shall not be charged to the contract. The ACC-APG, NCD COR shall review the hotel invoice prior to submission to Wide Area Workflow (WAWF), to ensure appropriate billing. Individual occupants are responsible for any room service charges. Charges incurred by the individual beyond the scope of this statement of work are the responsibility of the individual. Any charges for social shall not include charges for alcoholic beverages. Participants shall pay all charges for alcoholic beverages separately. * The ACC-APG, NCD reserves the right to cancel the contract without incurring cancellation charges should federal Government funds become unavailable. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to provide Lodging, Conference Space, Audio Visual and IT Support and Meals within an 100 mile radius of Fort Rucker, Alabama September 10-17 2011. THE FEDERAL GOVERNMENT IS TAX EXEMPT. The final quoted price(s), both total and individual, MUST include all applicable taxes, fees, gratuities, commissions, service charges, etc...NO EXCEPTIONS. Acceptance period for quotes shall be 30 days from close date of the RFQ. Vendor must provide an on-site representative from the time the advance party arrives on September 10, 2011 until the advance party leaves on September 17, 2011. The requirements and additional applicable clauses and provisions for this solicitation are identified in the attachment entitled Request For Quote. Venue shall provide supporting literature or documentation for their accommodations. The hotel facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12101 et. Seq.). Additionally, the set up for conference, Breakout and Dining rooms shall comply with the Americans with Disability Act (ADA) for ease of mobility. There shall not be any hampered movements in aisle, walkways, and other egresses for equipment such as walkers, wheelchairs and etc. The government is not responsible for room service charges, long distance phone charges, internet service charges, or movie rental charges. The government will only pay for rooms actually used. Government per Diem will be adhered to for rooms provided by the contractor. http://www.defensetravel.dod.mil/site/perdiem.cfm. In accordance with the Hotel and Motel Fire Safety Act of 1990, Public Law 101-391, conferences, seminars, and other meetings, must be held at facilities with fire-safe approved accommodations. Approved accommodation is defined as any place of public lodging that is listed on the national master list of approved accommodations. The national master list of all approved accommodations is compiled, periodically updated, and published in the Federal Register by FEMA. Additionally, the approved accommodation list is available on the U.S. Fire Administration's Internet site at http://www.usfa.fema.gov/hotel/index.htm. The approved accommodation for this requirement shall be listed on this site and will be validated as such prior to award. If an offer is based on a teaming/partnering relationship, the offeror shall provide with its quote, all required solicitation information for all parties including a copy of the agreement with the hotel, SIGNED BY BOTH PARTIES, on official hotel letterhead, and include information which identifies the responsibilities for each entity under this purchase order. The agreement shall demonstrate the existence of a relationship between firms and their agreement to provide the services required under this acquisition. If at any time during the acquisition process, the hotel becomes unavailable as proposed, any replacement agreement with a different hotel shall be submitted to the Government for consideration and approval. IF HOTEL NAME AND TEAMING AGREEMENT ARE NOT PROVIDED BY CLOSE OF RFQ, THE QUOTE WILL NOT BE CONSIDERED. ALL DISCOURSE CONCERNING THIS SOLICITATION AND ITS REQUIREMENT SHALL BE DIRECTED TO ARMY CONTRACTING COMMAND -ABERDEEN PROVING GROUND, NATICK CONTRACTING DIVISION (ACC-APG, NCD), MR. VINNY VALASTRO AT VINCENZO.VALASTRO@US.ARMY.MIL. ANY REMARKS, EXPLANATIONS, ANSWERS PROVIDED BY ANY OTHER GOVERNMENT REPRESENTATIVE SHALL NOT CHANGE OR QUALIFY ANY OF THE TERMS OR CONDITIONS OF THE SOLICITATION OR ANY RESULTANT CONTRACT. THE SOLICITATION SHALL ONLY BE CHANGED BY A WRITTEN AMENDMENT ISSUED BY THE ACC-APG, NCD OFFICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f14495b63744898f0a971223fcbc966d)
 
Place of Performance
Address: ACC-APG SCRT - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02502309-W 20110720/110719000703-f14495b63744898f0a971223fcbc966d (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.