SOLICITATION NOTICE
V -- Yellow Ribbon Event - 10 March 2012
- Notice Date
- 2/2/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- 104 FW/MSC Contracting Office, 175 Falcon Drive, Barnes Air National Guard Base, Westfield, MA 01085-1385
- ZIP Code
- 01085-1385
- Solicitation Number
- W912SV12T0010
- Response Due
- 2/9/2012
- Archive Date
- 4/9/2012
- Point of Contact
- Kyle Kiepke, 4135721593
- E-Mail Address
-
104 FW/MSC Contracting Office
(kyle.kiepke@ang.af.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. (i)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. (ii)Solicitation Number: W912SV-12-T-0010; This solicitation is issued as a Request for Quotation (RFQ) (iii)This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-55. (iv)The solicitation is reserved as a total small-business set-aside with a NAICS of 721110. The Small Business Competitiveness Demonstration Program is not applicable. (v)The contract line numbers (CLIN) table is as follows: CLIN0001 -- CONFERENCE SPACE CLIN0002 -- AUDIO/VISUAL REQUIREMENTS CLIN0003 -- SUBSISTANCE REQUIREMENTS CLIN0004 -- LODGING REQUIREMENTS CLIN0005 -- MISCELLANEOUS EVENT ADMINISTRATIVE COSTS (vi)Statement of Work - Saturday, March 10, 2012 to conduct a Deployment Cycle Support-Yellow Ribbon Event. This requirement is for a Yellow Ribbon Event (which requires lodging (45 rooms), meals and meeting rooms for briefings) with an anticipated participation of 450 guests. Guests will be arriving on Friday, March 9, 2012 with events to commence Saturday March 10, 2012 at 7:00 am and continuing all day (5:00 pm). All conference space must be available for exclusive use from 6:30 am-5:00 pm on Saturday. Qualified establishments shall be located within a 20 mile radius of Westfield, Massachusetts. Establishments who do not provide a proposal based on receipt and review of this statement of work will be deemed non-responsive. The Statement of Work is as follows: STATEMENT OF WORK (SOW) 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 approximately 45 sleeping rooms on Friday, March 9, 2012; meeting space and catered meals starting Saturday, March 10, 2012, to the Massachusetts Air National Guard, as defined in this SOW. *** Note on Price Evaluation factor: Prices for food, inclusive of all service fees shall not exceed the Difference of the Local Government Per Diem rate and the Proportional Meal rate. This is currently $51.00 per day for the requested location. Prices for lodging shall not exceed $94.00 per room night, the current per diem rate for the requested location. Under the codified laws of the Commonwealth of Massachusetts, this action is exempt from sales and use taxes. ST-2 and ST-5 forms can be provided upon request. CLIN 0001. CONFERENCE SPACE REQUIREMENTS: Contractor shall provide the following Conference Space Requirements: Rooms shall include tables (rounds - for General Sessions; round style for Lunch Sessions) and chairs (cushioned) with adequate trash receptacles to accommodate number of persons estimated for each type of room required, rooms will be adjoin to allow for an uninterrupted transition between activities; Price for rooms shall be inclusive of all applicable service charges. Required room sizes are as follows: 1. One (1) Ballroom style room (General session/Lunch session), set up round style tables, and cushioned chairs to accommodate 400-450 people. 2. Six (6) Briefing rooms (Break Out sessions), set up with conference style tables, and cushioned chairs to accommodate 75-100 people each. 3. One (1) Large room (or area) set up as "Information Fair" for Resource Providers, set up with forty (40) six-foot (6ft) long rectangular tables, skirting, minimum of two (2) and cushioned chairs. 5. Two (2) Child Care rooms able to accommodate 20 children with the following age groups: (0-4), (5-12). Rooms must be located within easy access distance to restrooms for child care supervision/escort. Set up with round tables and cushioned chairs to accommodate number of children and supervisors/escorts. Rooms to be utilized for activities related to each group; specific numbers within each age group will be coordinated prior to event by the government point of contact and hotel management event planner. 6. Three (3) Private Consultation type rooms able to accommodate 6-8 people. Set up should be in a private setting, comfortable set-up with table and 5 chairs and/or couch or similar set up. CLIN 0002. AUDIO/VISUAL REQUIREMENTS: Contractor shall provide the following additional Room requirements/services: 1. Ballroom (CLIN 0001 (1 -General Session): One (1) Podium, (1) size appropriate riser, One (1) 10' X 10' screen to include projectors & required electrical items including a microphone. 2. Briefing Rooms (CLIN 0001 Six (6) Break Out sessions): Six (6) size-appropriate screens with projectors & required electrical items to include microphones. CLIN 0003. SUBSISTANCE REQUIREMENTS: Contractor shall provide the following Meals and service: Meals will be provided for in Ballroom for 400-450 people (400-420 adult meals [est]; 30 kids meals [est]). 1. AM Break Requirements (Light Refreshments): Menu should resemble the following content: pastries/danish, bagels, fresh fruit, coffee, and milk, include amenities such as: cream cheese, jams and jellies, etc., food items will remain available until consumed. Clearly specify serving quantities). Price shall be inclusive of all applicable service charges. Serving timeframe shall be from 7:00 a.m. to 10:30 a.m. 2. Lunch Price shall be inclusive of all applicable service charges. a. Saturday March 10, 2012 Plated meal in Ballroom menu should resemble the following: chicken entr e, vegetables, starches, salad, and assorted desserts; b. Specific menu, based on proposed choices, will be determined within seventy-two (72) hours of event by government and hotel event point of contacts. Menus agreed upon will not exceed the proposed pricing. c. Serving time(s) is to be determined will be determined by government and hotel catering event point of contacts. d. Serving time(s) is to be determined will be determined by government and hotel catering event point of contacts. 3. PM Snack & Beverage Requirements: Menu should resemble the following: water, coffee, tea, fruit punch, and light snacks (e.g., cookies, bagged chips, etc.), including amenities such as: sugar, cream, sweetener, etc.). Food items will remain available until consumed. Price shall be inclusive of all applicable service charges. Specific timeframes service shall be available will be determined by government and hotel catering event point of contacts. 4. Contractor will furnish all food items, cooked, and delivered to the areas and designated times as identified by catering manager and government event point of contact in accordance with this SOW. 5. 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. 6. Contractor shall provide water stations in each room and will be available all day and replenished (up to 8 hours) as necessary. 6. NOTE: Children will eat meals with their families. CLIN0004. LODGING REQUIREMENTS: Contractor shall provide the following Lodging services: NOTE: Room price must not exceed the Local Government Per Diem Rate for event location. 1. Room sizes are required to accommodate singles and doubles. 2. Lodging Requirements: Lodging location and capabilities required: a. Pool, b. Daily fitness center, c. Free In-room Internet Access, d. Available free overnight self-parking for all attendees must be within walking distance from hotel 3. All rooms to have basic amenities to include but not limited to: Iron, ironing board, hairdryer. 4. Guest will make reservations directly with the hotel reservation system under a group reservation code to be provided to the Contracting Officer for dissemination to the appropriate/authorized members. 5. Deadline for reserving rooms under the reservation code is seventy-two (72) hours prior to schedule arrival date of Tuesday, 6 March 2012. 6. Cancellation of a reservation must be made twenty-four (24) hours prior to scheduled arrival date. The contractor shall attempt to "sell" any rooms properly cancelled. If rooms reserved under the block are unable to be "sold", the contractor may invoice the government for those rooms. 7. The federal government will pay for the costs of the lodging rooms used by authorized personnel. All incidental expenses, such as room service, telephone calls, movie and game rentals, restaurant invoices, etc., are the responsibility of the individual attendee, and shall be billed to the individual's personal credit card account. If personal credit card is not made available to cover incidental services at check in these services shall be blocked by the hotel management for use in the room. CLIN 0005. MISCELLANEOUS EVENT ADMINISTRATIVE COSTS: otherwise not identified in the above CLINS for event space, technical and other requirements. Additional Contractor Requirements: 1. No Contractual Changes can be made without the acknowledgement of a Contracting Officer. 2. Hotel will not be undergoing renovations during conference dates. 3. Contractor agrees to allow the government to provide child care services for the Service Members family by separate contract in the child care areas. 4. Contractor shall provide a single point of contact prior to each event for obtaining menus, finalizing meal counts, etc. In addition, contract shall provide and on-site point of contact during each event. This individual shall have the authority to bind the contractor should changes be required by the contracting officer. 5. Contractor will allow conference pre-function set up twelve (12) hours before the event. Government point of contact / Contractor staff will conduct a walk through (review) with the convention staff to allow for non-cost changes as necessary. 6. Contractors facilities must meet minimum standards for federal (FEMA-approved as found on website http://www.usfa.dhs.gov/applications/hotel/ ), state (Massachusetts) and local governments as well as industry standards for health, safety, and welfare occupants. Government officials will personally visit establishments being considered for contract. (END OF STATEMENT OF WORK) (vii)Dates of event span Friday, 9 March 2012 through Saturday, 10 March 2012. (viii)The provision at 52.212-1, Instructions to Offerors, is applicable with addenda as follows: Please submit pricing that follows the CLIN structure identified above. Questions must be submitted electronically to kyle.kiepke@ang.af.mil. (ix)The provision at 52.212-2, Evaluation-Commercial Items, is applicable. 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 service and facility that meets the Government's needs; (2) Past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) Total cost or price. (x)The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. (xi)The provision/clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii)The provision/clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii)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 http://farsite.hill.af.mil/vffara.htm and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/VFDFARA.HTM. The clauses are to remain in full force in any resultant contract. FAR clauses; 52.204-7 Central Contractor Registration; 52.219-28 Post-Award Small Business Program Representation; 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 (applicable over $15,000); 52.222-41 Service Contract Act of 1965 (services only); 52.222-42 Statement of Equivalent Rates for Federal Hires (services only); 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 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; 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 Contractors Registration; 252.211-7003 Item Identification and Evaluation; 252.212-7001 Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial items; 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; 252.232-7010 Levies on Contract payments; 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; 252.247-7023 Alt.III Transportation of Supplies by Sea (xiv)There is no DPAS rating applied to this acquisition. (xv)Quotations are due at 1300 (1:00PM) ET, Thursday, 9 March 2012. Electronic copies only to 104fw.msc@ang.af.mil. (xvi)The name and telephone number of the individual to contact for information regarding the solicitation: SMSgt Kyle Kiepke; 413.572.1593; kyle.kiepke@ang.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-2/W912SV12T0010/listing.html)
- Place of Performance
- Address: 104 FW/MSC Contracting Office 175 Falcon Drive, Barnes Air National Guard Base Westfield MA
- Zip Code: 01085-1385
- Zip Code: 01085-1385
- Record
- SN02666587-W 20120204/120202235117-d7c34e33dda8e4e126098995db971c3f (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 |