Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2013 FBO #4129
SOLICITATION NOTICE

99 -- State Family Readiness and Volunteer Workshop

Notice Date
3/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
 
ZIP Code
59604-4789
 
Solicitation Number
W9124V-13-T-0010
 
Response Due
3/24/2013
 
Archive Date
5/12/2013
 
Point of Contact
David Kilbourne, 406 324 3404
 
E-Mail Address
USPFO for Montana
(david.kilbourne@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
MONTANA ARMY NATIONAL GUARD REQUEST FOR QUOTATION W9124V-13-T-0010 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) 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. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, Effective 28 FEB 2013. This procurement is a SBA Small Business Set Aside. The vendor must state in their quotation their business size for this procurement. USPFO Montana has a Firm Fixed Price requirement for a vendor to provide a weekend-long workshop for approximately 160 people. The location of this event will take place in the Missoula Montana area with a distance not to exceed 5 miles. Offers may be submitted by hard copy to the USPFO for Montana, ATTN: 2LT David Kilbourne, Purchasing and Contracting, 1956 Mt Majo Street, Post Office Box 4789, Fort Harrison, Montana 59636-4789, or by email to david.kilbourne@us.army.mil. All offers must be submitted no later than 24 March 2013 by 5:00 P.M. Mountain Standard Time. Facsimile offers will not be accepted. STATEMENT OF WORK 7th Annual State Family Readiness and Volunteer Workshop EVENT DATES: 19-21 April 2013 1:HOTEL AND LODGING REQUIREMENTS: 1.1 Must have full service facilities, to include dining and catering capabilities. 1.2 Hotel will not be undergoing renovations during conference dates. 1.3 Must provide quote to contracting officer with detailed breakdown: noting all costs for lodging, food for each meal (cost by individual), audio visual charges and meeting room fees, etc. 1.4 Accommodations available for physically handicapped if needed 1.5 Hotel rooming list will be supplied no later than one (1) week prior to event with final list furnished no later than three (3) days prior to the event Friday April 19th: 65 double occupancy rooms with queen beds 1 suite with open space for childcare ages 0-5 Saturday April 20th 65 double occupancy rooms with queen beds 1 suite with open space for childcare ages 0-5 - requesting late turn in on Sunday for this room only. Approximately 3:00 P.M. turn in. 2:CONFERENCE ROOMS AND AUDIO VISUAL 2.1 All meeting rooms must have Projector Screen to show power point slides/video, Speaker System, Microphone and Audio Video Cart to connect to hotel audio system. 2.2 Room holding Dinner Buffet needs to be equipped with podium, stage, microphone, speaker system, projector screen, and audio visual cart with hookups. 2.3 Water shall be provided for each meeting space all day for Saturday and Sunday. 2.4 Five meeting Rooms will be needed for this event. The breakout is as follows: Friday April 19th: Area needed for registration tables and Friday night social. Saturday April 20th: One large room needed to hold 110 people with tables to be set up classroom style for general session. Will need to be converted into Dining Area on Saturday Night for Dinner with seating for 160 people. One room for breakout session to hold 50 people set up classroom style. One room for breakout session to hold 40 people set up classroom style. One room for breakout session to hold 25 people classroom style. One boardroom for storage, gathering, and meeting area for staff. Sunday April 21st : One large room needed to hold 110 people with tables to be set up classroom style for general session. One room for breakout session to hold 50 people set up classroom style. One room for breakout session to hold 40 people set up classroom style. One room for breakout session to hold 25 people classroom style. One boardroom for storage, gathering, and meeting area for staff 3:FOOD SERVICES/CATERING 3.1 The following meals will be required. Listed meals are a guideline and should be of the same nature, caloric, and nutritional value as listed below. Vendors are encouraged to submit meals which align with their expertise. Breakfast Saturday April 20th starting at 6:30 A.M. for 120 adults and 15 children: Buffet with: Scrambled eggs, French toast, bacon, fruit country potatoes Orange juice Apple juice Caffeinated and Decaf Coffee Hot Tea Water Children friendly food Lunch Saturday April 20th starting at 12 Noon for 120 adults and 15 children: Buffet with: ham, beef, turkey and cheese with assorted bread, green salad, potato salad, chips and condiments Peanut butter and Jelly sandwiches for toddlers Iced Tea Children friendly food Dinner Saturday April 20th from 6:00 P.M. to 10:00 P.M. for 145 adults and 15 children: Buffet with: Chicken Beef Potato Salad Rolls Dessert Iced Tea Caffeinated and Decaf Coffee Water Children friendly food Breakfast Sunday April 21st starting at 6:30 A.M. for 120 adults and 15 children: Buffet with: Scrambled eggs, Pancakes, Sausage, fruit country potatoes Orange juice Apple juice Caffeinated and Decaf Coffee Hot Tea Water Children friendly food 3.2 Gratuity is not authorized to be paid as a separate cost from the meal price. 4:ADDITIONAL REQUIREMENTS 4.1 All parking fees shall be inclusive in rate of room 4.2 The attendee /traveler/ service member who reserves a room for the event will be responsible for all incidental expenses, room service, telephone calls, movie and game rentals, restaurant invoices, etc. These costs will be the sole responsibility of the individual attendee, and shall be billed to the individual's personal credit card account provided during check-in 5: Method of Payment 5.1 Vendor must invoice through Wide Area Workflow for payment ******Note****** Vendor must request how many days advance notice, if required, are needed for lodging and meal counts if other than stated in previous sections. Must not be more than fifteen (15) days for lodging and no more than seven (7) days for meals prior to event start date. All attempts to give advance notice to hotel of participant names and meal counts for contracted events will be made. Instructions to Offerors Offerors shall provide a firm, fixed price for the following seven (7) items only. Pricing for these seven items will be used to establish price reasonableness and perform price analysis in accordance with the evaluation criteria established in 52.212-2. CLINDESCRIPTIONQUANTITYU/MPRICE 0001Lodging double occupancy queen 130 roomsEA________ 0002Breakout Rooms/ Meeting Space5 roomsEA________ 0003Saturday Breakfast135EA________ 0004Saturday Lunch135EA________ 0005Saturday Dinner 160EA________ 0006Sunday Breakfast135EA________ 0007Lodging Suite21 roomsEA________ Total______________ Award will be made with one lump sum CLIN consisting of the total offered price. Instructions to Offerors -- Commercial Items (Feb 2012) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition is 721110 with a size standard of $30.0 Million. (b) Submission of offers. Submit signed and dated offers to the office or email specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) quote mark Remit to quote mark address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is quote mark late quote mark and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). 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 from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section Suite 8100 470 L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925) Facsimile (202 619-8978). (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites-- (i) ASSIST ( http://assist.daps.dla.mil ). (ii) Quick Search (http://assist.daps.dla.mil/quicksearch/ ) (iii) ASSISTdocs.com ( http://assistdocs.com ). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard ( http://assist.daps.dla.mil/wizard ); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation quote mark DUNS quote mark or quote mark DUNS+4 quote mark followed by the DUNS or DUNS+4 number that identifies the offeror's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the CCR database accessed through https://www.acquisition.gov or by calling 1-888-227-2423 or 269-961-5757. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. 52.212-2, Evaluation-- Commercial Items (January 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Technical Acceptability. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. If services from offerors are found to be technically equivalent, price will be the determining factor. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition: 52.204-7 Central Contract Registration FEB 2011 52.212-3 ALT I Offeror Representations and Certifications--Commercial Items APR 2011 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) MAR 2012 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns JAN 2011 52.219-28 Post-Award Small Business Program Representation APR 2009 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor - Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action for Workers with Disabilities JUN 1998 52.222-50 Combating Trafficking in Persons AUG 2007 52.223-5 Pollution Prevention and Right to Know Information MAY 2011 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Diving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.228-5 Insurance-Work on a Government Installation JAN 1997 52.232-18 Availability of Funds APR 1984 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-2 Service of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection of Government Buildings, Equipment and Vegetation OCT 1995 52.252-2 Clauses Incorporated by Reference FEB 1998 252.201-7000 Contracting Officer's Representative AUG 1992 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Whistleblower Rights 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2997 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 252.223-7006 252.225-7001 Buy American Act-Balance of Payments Program Certificate JUN 2005 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7002 Requests for Equitable Adjustment MAR 1998 You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24/W9124V-13-T-0010/listing.html)
 
Place of Performance
Address: USPFO for Montana P.O. Box 4789, Helena MT
Zip Code: 59604-4789
 
Record
SN03010930-W 20130315/130313234741-93e41183384bf4c4a96f1c2d0b5080be (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.