SOLICITATION NOTICE
V -- 1110ACCOMMODATIONS
- Notice Date
- 5/6/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 713990
— All Other Amusement and Recreation Industries
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403, United States
- ZIP Code
- 55403
- Solicitation Number
- AG-6395-S-15-743252
- Archive Date
- 6/5/2015
- Point of Contact
- Joanne R Mann, Phone: 612-336-3224
- E-Mail Address
-
Joanne.Mann@usda.gov
(Joanne.Mann@usda.gov)
- Small Business Set-Aside
- N/A
- Description
- 1. This is a combined synopsis/solicitation for commercial items and services 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. The solicitation AG-6395-S-15-743252 is being issued as a Request for Quotation. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). All responsible sources may submit a proposal. 2. The North American Industry Classification System (NAICS) code is 721110. Small business size: $32.5M. Offerors must be registered in the System Award Management (SAM) at http://www.sam.gov in order to be considered for award. 3. FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note); 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C); 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note); 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111- 117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161); 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332; 52.222-50 -- Combating Trafficking in Persons. (Mar 2015); 52.222-99 - Establishing a Minimum Wage for Contractors. (DEVIATION 2014-00017 June 2014)) The Government contemplates an award of a Firm Fixed Priced purchase order resulting from this solicitation. 4. Description of services: The United States Department of Agriculture (USDA), Animal and Plant Health Inspections Service(APHIS), International Services (IS), located at 4700 River Road, Riverdale, MD, has a requirement for 33 single occupancy sleeping rooms, Ames, Iowa; Checking-In Monday July 27, 2015 and Checking-Out Saturday August 08, 2015. All of the following specifications must be addressed in the order in which they are stated and must be met in order to be considered responsive. Offers shall not exceed 5 pages. Hotel Accommodations: 1. Hotel shall be located within 3 miles from the National Veterinary Services Laboratory (NVSL), Ames, Iowa 2. Cost shall be within Government Per Diem Rate ($83.00/night - TAX EXEMPT) 3. Hotel shall be located in a safe and well lit area 4. 25 king size beds (for course participants) equipped with telephone data ports, sprinkler system, ample adjustable room lighting and one microwave and small refrigerator in each of these units. 5. 8 queen size beds for (US Government employees. Expenses will be paid with the Government Travel Card. 6. On-site coin-operated laundry facility 7. Complimentary Breakfast during the stay 8. Complimentary Wi-Fi in each room 9. Clean Bed Linen daily 10. Free Parking 11. Restaurants and amenities within 3 mile walking distance from hotel 12. Vendor must provide an on-site point of contact, name and phone number to assist the guest with any needs that may arise. The information should be provided to USDA-APHIS two weeks prior to course. ACCESSIBILITY: Compliant with American with Disabilities Act (ADA) providing adequate accommodations for individuals with mobility, sight and hearing disabilities or impairments in the meeting room, rest rooms, sleeping rooms and on site restaurant. This combined synopsis & solicitation notice is a request for competitive quotations. Therefore, all capability statements or quotations received prior to the RFQ close date will be considered. 5. The Government will award a single purchase order contract resulting from this RFQ to the responsible offeror whose offer represents the best value in terms of technical capability and price. All non-price factors (i.e., technical capability and past performance) are significantly more important than price. This is best value procurement. Additional consideration will be given to responses from the hotel submitting an offer. 6. Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Item; Accessible through your System Award Management (SAM) registration. 7. Submit the following information in response to this RFQ: a. Company name; address; contact name, email address and phone number; DUNS number. b. Technical Capability Statement c. Price Quotation d. Past Performance Offers shall not exceed 5 pages. 8. Offers are due May 21, 2015 All questions/inquiries must be submitted to the contract officer via electronic mail (e-mail) not later than May 18, 2015. Phone Calls Will Not Be Accepted. All offers and questions shall be via email to only Hilda Adame: Hilda.I.Adame@aphis.usda.gov Offerors who fail to complete and submit the all of requirements above may be considered non-responsive and not considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Purchasing/AG-6395-S-15-743252/listing.html)
- Place of Performance
- Address: 4700 River Road, Riverdale, Maryland, 20737, United States
- Zip Code: 20737
- Zip Code: 20737
- Record
- SN03723016-W 20150508/150507000351-3d52026676eb3ffd91685c40e5413002 (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 |