MODIFICATION
99 -- Lodging and Dinner Meals near Fort Belvoir, VA
- Notice Date
- 11/7/2012
- Notice Type
- Modification/Amendment
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Virginia, Building 316, Fort Pickett, Blackstone, Virginia, 23824-6316
- ZIP Code
- 23824-6316
- Solicitation Number
- W912LQ-13-T-1004
- Archive Date
- 11/28/2012
- Point of Contact
- Susan P. Hensley, Phone: 4342986207, Rebecca L. Fowler, Phone: 4342986206
- E-Mail Address
-
susan.p.hensley@us.army.mil, rebecca.fowler@us.army.mil
(susan.p.hensley@us.army.mil, rebecca.fowler@us.army.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 through FAC 2005-61, effective 13 September 2012 and additional information included in this notice. This announcement constitutes the only solicitation, Reference Solicitation # W912LQ-13-T-1004; quotes are being requested and a written solicitation will not be issued. This procurement is issued as a Small Business Set Aside under the NAICS 721110 with a small business size standard of $30M. The Virginia Army National Guard will require dinner meals and lodging within a twenty mile radius, according to MapQuest, of 9810 Flagler Road, Fort Belvoir, VA during the period of 17-23 January 2013. The attached pricing schedule, Attachment 1, may be used for pricing or you may use your own pricing schedule. However, your pricing schedule must clearly annotate pricing or the words "not separately priced" or "no cost" for each requirement identified. Unit prices shall be inclusive of all applicable fees/taxes. In anticipation of questions regarding if the government per diem rate is required, the following response is provided: The solicitation is being issued on a competitive basis. The rate utilized for purposes of award will be the rate(s) quoted by the offeror(s) determined to offer the lowest technically acceptable price(s). However, pricing shall not exceed per diem pricing for the locality of the facility. A separate Statement of Work (SOW), Attachment 2, for this requirement is attached to this synopsis and is hereby made a part of this solicitation and will be made a part of any resulting award. The following provisions and clauses are applicable to this acquisition: FAR and DFARS Provisions 52.212-1, 52.212-3 Alt I, 52.232-99, 52.252-1, 252.204-7003, 252.209-7999 and 252.212-7001. FAR Provision 52.212-1 is amended as follows: Delete paragraphs (d) Product Samples. As stated in paragraph (g) of Federal Acquisition Regulation (FAR) Provision 52.212-1, included in this solicitation, "The Government intends to evaluate offers and award a contract without discussions with offerors." Therefore, the offeror's initial offer should contain the offeror's best terms and prices. To be determined technically acceptable, the following minimum requirements must be met: (1) The quote must provide for either a) all lodging and dinner meals in accordance with Option A as stated in paragraph B.6. of the SOW, or as stated in Option B, paragraph B.6. of the SOW; (2) The facility proposed must have on-site parking; (3) The facility proposed must be located within a 15 mile radius of 9810 Flagler Road, Fort Belvoir, VA 22060, as calculated by mapquest.com and; (4) The facility proposed must be FEMA approved. In order to determine if minimum requirement (1) can be met, all requirements requested must either be priced or annotated as provided at no additional cost, to include Contractor Manpower Reporting (CMR). For minimum requirements (2), (3), & (4) offeror must provide a fact sheet which addresses each minimum requirement. The physical location of the proposed hotel facility must be provided to permit a determination to be made as if minimum requirement (3) can be met. The lodging facility FEMA number must be provided to determine if requirement (4) can be met. If information to address minimum requirements 2-4 is available on-line, a website address can be provided in lieu of the fact sheet. FAR provisions 52.212-3, including Alt I and DFARS provision 252.212-7001 shall be completed and returned with your offer. If your company information is available through Online Representations and Certifications (ORCA) so indicate in 52.212-3 and return only that portion of the provision. DFARS provision 252.209-7999 is, Attachment 3, provided as additional documentation and must be completed and returned with your offer. FAR Provision 52.252-1 and FAR Clause 52.252-2: full text language of provisions and clauses incorporated by reference can be located at http://farsite.hill.af.mil. FAR Clauses 52.212-4, 52.212-5, 52.252-2 and DFARS Clauses 252.204-7003 and 252.212-7001. FAR clause 52.212-4 is amended as follows: paragraph (g) (1) change requirement for three copies of invoices to 1 copy of invoices and add after paragraph (g) (2) the following: Invoices are to be submitted via Wide Area Workflow (WAWF). Questions regarding payment status or delinquent payments are to be addressed to the Voucher Examiner at 434-298-6266; Delete paragraphs (h) Patent indemnity, (j) Risk of loss, and (n) Title. The following clauses included in 52.212-5 are applicable: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33, and 52.232-36. In addition, clauses, 52.222-41, 52.222-42, and 52.222-44 or 52.222-53, included in 52.212-5 may be deemed applicable pending contractor's response to FAR Provision 52.222-52 (included in FAR Provision 52.212-3 Alt I). The following clauses included in 252.212-7001 are applicable: 252-203-7000, 252.225-7001, 252.232-7003, and 252.247-7023 Alt III. All questions shall be submitted in writing and received prior to 4:00 p.m. ET on Thursday, 8 November 2012. Questions can be sent via email to susan.p.hensley@us.army.mil or faxed to (434) 298-6202, ATTN: MSG Susan P. Hensley. Quotes are due not later than 8:00 a.m. ET, on Tuesday, 13, November 2012. Quotes may be faxed to 434-292-6202, Attn: MSG Susan P. Hensley or emailed to susan.p.hensley@us.army.mil. NOTE: If questions or quotes are sent via facsimile, it is incumbent upon the offeror to verify receipt prior to due date/time as previously stated earlier in this paragraph.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ-13-T-1004/listing.html)
- Place of Performance
- Address: near Fort Belvoir, Virginia, Fort Belvoir, Virginia, 22060, United States
- Zip Code: 22060
- Zip Code: 22060
- Record
- SN02926670-W 20121109/121107235622-9671b167e5f52c0eca36ccd6810ef3cd (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 |