SOLICITATION NOTICE
X -- Lodging, Conference Rooms, Meals. Non-personal services to provide all items necessary for lodging accomodations, conference rooms/meeting space, meals and amenities.
- Notice Date
- 8/5/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- 127 MSC, Contracting Division, 43200 Maple Street, Building 105, Selfridge Air National Guard Base, MI 48045-5213
- ZIP Code
- 48045-5213
- Solicitation Number
- W912JB11T4030
- Response Due
- 8/12/2011
- Archive Date
- 10/11/2011
- Point of Contact
- Debra K. Light, 586-239-5989
- E-Mail Address
-
127 MSC
(debra.light@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 in accordance with the format in FAR 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. (II) Solicitation W912JB-11-T-4030 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-36. (IV) This acquisition is Unrestricted. The associated NAICS code for this acquisition is 721110, standard industrial classification 7011, small business size $30 Million. (V) This is a NOT TO EXCEED type contract for non-personal services to provide all items and services necessary for lodging, conference rooms and meals. (VI) CLIN0001; Quantity 1 each (Lump Sum); Conference rooms, meals, and lodging. LODGING: MUST BE COMPLIANT WITH HOTEL & MOTEL FIRE SAFETY ACT OF 1990. Hotel/Resort to be in Dearborn, Michigan with amenities onsite or nearby and must be able to offer rooms at the government per diem rate. Hotel /Resort must be able to offer up to 200 rooms for check in date of 26 Aug 2011 and up to 50 rooms for check in date of 27 Aug 2011. ALL rooms check out date of 28 Aug 2011. Include a list of amenities and areas of interest for the families attending the conference at the hotel/resort or located nearby. CONFERENCE ROOMS: A Main meeting room (to be used for Saturday morning "welcome" and where all the adult meals will be served) should hold all adults (up to 450). Government will supply their own AV equipment and microphone. B Meeting space for Friday evening for up to 150 adults. C Meeting space to include one room to hold up to 300 adults (round tables preferably), one room to hold up to 200 adults, and a third room to hold up to 25 adults for Saturday immediately following the "welcome" in the main meeting room for all of Saturday and Sunday morning. D 3 separate smaller rooms will need to be for the kids rooms, close to each other but not necessarily close to the adult room (although it would be preferable) - each room should be able to hold up to 25 kids each. Rooms must be available on Friday evening for set up by government POC's and their assistants. Rooms must be available for use all day and evening Saturday as well as Sunday morning as follows: D1 Infant/toddler room needs to be set up with only 2 tables inside, microwave and mini refrigerator D2 Mid age room - should have 4 tables, and 20 chairs D3 Teen age room - should have 4 tables, 15 chairs MEALS: A In Meeting space for Friday evening refreshments and HOT finger foods/Hors d'oeuvres B Continental plus breakfast on Saturday to feed adults and kids (foods with sustenance such as fresh bagels, pastries, fruit, muffins, coffee, with juice & milk). Breakfast will be available from 7:30-9:00 C Hot breakfast on Sunday to feed up to 50 adults and kids (ideas to be scrambled eggs, pancakes, waffles, fruit, coffee, bacon/sausage, hash browns, juice, and milk). Breakfast will be available from 7:30-9:00 D Hot lunch buffet Saturday only D1 Adults will eat separately than the kids and will eat in main conference room (ideas of lunch to be: pasta, chicken, salad, potatoes, vegetable) D2 Kids will have buffet close to their rooms and have different food than the adults, more kid friendly food (ideas to be: pizza, chicken fingers etc) E Dinner not a requirement REFRESHMENTS: A Coffee (with hot tea and hot chocolate) and water available all day. Lemonade and water for afternoon for the adult room. B Snacks for the adults for the Saturday afternoon will be cookies or brownies (only if this is not charged) C Infant/toddler room Snacks (ideas to include juice/milk/cheerios or gold fish crackers) D Mid age room Snacks (could include juice/milk for a.m, juice/fruit punch for p.m, cookies/goldfish crackers for afternoon) E Teen age room Snacks (could include juice/milk for a.m, juice/pop, chips/goldfish crackers for the p.m) (VII) FOB point is Origin. (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial. (IX) The following provisions in their latest editions apply to this solicitation: FAR 52.212-2, Evaluation - Commercial Items. The following factors will be used to evaluate offers: (1) Availability of family entertainment, (2) Menu, (3) Price, and (4) Cancellation policy. The Government intends to award a contract without discussions with respective Offerors. The Government, however, reserves the right to conduct discussions if deemed in the best interest of the Government. (X) Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. A copy has been posted at www.fbo.gov. (XI) The following clauses in their latest editions apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. (XII) The following clauses in their latest editions apply to this solicitation: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) The Department of Labor Service Contract Act Wage Determination for Wayne County, Food & Lodging WD 95-0596 (Rev. 27) dated 06/13/2011 is currently incorporated into this solicitation; however, the current prevailing Wage Determination will be incorporated at time of award. Current determinations can be located at http://www.wdol.gov/sca.aspx. The following provisions are incorporated by reference: 52.214-31, Facsimile Bids; 52.219-1ALT I, Small Business Program Representations. The following clauses are incorporated by reference: 52.204-7 Central Contractor Registration; 52.204-10, Reporting Executive Compensation And First-Tier Subcontract Awards 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-21 Prohibition Of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36, Affirmative Action For Workers With Disabilities; 52.222-41 Service Contract Act Of 1965; 52.222-42, Statement Of Equivalent Rates For Federal Hires; 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; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2, Clauses Incorporated By Reference; 52.252-6, Authorized Deviations In Clauses; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; 252.212-7001 (DEV), Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports ; 252.232-7010 Levies on Contract Payments. (XIV) N/A. (XV) All information relating to this solicitation, including changes/amendments, questions and answers will be posted on the following website: www.fbo.gov. Formal communications (such as request for clarifications and/or information) concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the web site. They will be titled "Questions and Answers". Terms of the solicitation remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of the solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Awardee must invoice through Wide Area Work Flow (WAWF), an online invoicing system https://wawf.eb.mil/ after completion of the event. Offerors MUST provide: (1) pricing, (2) a list of amenities and areas of interest for the families, (3) cancellation policy, (4) Representations and Certifications, and (5) statement certifying compliance with Hotel & Motel Fire Safety Act of 1990 The proposal is due to 127 MSC Contracting Division, ATTN: Debra Light, 43200 Maple Street, Bldg. 105, Selfridge ANG Base, Michigan 48045, no later than 2:00 P.M., 12 August 2011. Facsimile quotes are accepted at (586) 239-4300 ATTN: Debra Light. E-mail quotes are preferred at 127wg.contractomb@ang.af.mil and also to debra.light@ang.af.mil. You will receive an email response confirming receipt of your offer by a government official. If you do not receive confirmation you may confirm receipt of your quote by calling Debra Light. (XVI) Point of Contact for this solicitation is Debra Light at (586) 239-5989.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-2/W912JB11T4030/listing.html)
- Place of Performance
- Address: Hotel/Resort Dearborn, MI Dearborn MI
- Zip Code: 48120
- Zip Code: 48120
- Record
- SN02523484-W 20110807/110805234756-c934e9496572ed72fcc3d52b357bba26 (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 |