Federal Bid

Last Updated on 13 Jul 2012 at 9 AM
Combined Synopsis/Solicitation
Virginia

V--Annual Volunteer Recognition Workshop

Solicitation ID W912LQ12T0023
Posted Date 07 May 2012 at 5 PM
Archive Date 13 Jul 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7n5 Uspfo Activity Va Arng
Agency Department Of Defense
Location Virginia United states 00000
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 Subpart 12.6, as supplemented through FAC 2005-58, effective 18 April 2012 and additional information included in this notice. This announcement constitutes the only solicitation; 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 conduct an "Annual Volunteer Workshop and Youth Symposium" event on July 13-15, 2012. The attached pricing schedule 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 service fees. 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 performance work statement (PWS) for the event 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, 52.252-1, 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 from a price and technical standpoint."

Paragraph (e) of FAR Provision 52.212-1 encourages offerors to present alternative terms and conditions for satisfying the requirements of this solicitation. Offeror must clearly annotate the alteration in the quote. The government may or may not accept the alternative term or condition. Such determination will be made based on if it is in the government's best interest to accept the proposed alternative.

Award will be made to the low price technically acceptable (LPTA) quote which represents the most advantageous scenario to the government. Multiple awards will not be made.

To be determined technically acceptable, the following minimum requirements must be met:

(1) The quote must provide for all lodging, event space, catering and parking requirements. (2) The facility proposed must provide guest informational service (i.e. front desk attendant, concierge service, etc.) 24 hours a day, (3) The facility proposed must have on-site parking, or if off-site, valet services must be provided (4) The facility proposed must be located in Virginia Beach, VA, (5) The facility proposed must have two full service restaurants on site or within mile of facility, and (6) The facility proposed must be FEMA approved. In order to determine if minimum requirement (1) can be met, all services requested must either be priced or annotated as provided at no additional cost. For minimum requirements (2), (3) and (5), 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 (4) can be met. The lodging facility FEMA number must be provided to determine if requirement (6) can be met. If information to address minimum requirements 2-6 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 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, 52.225-13, 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: 252.225-7001, 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, May 10, 2012. Questions can be sent via email, [email protected] or fax (434) 298-6202. Quotes are due not later than 4:00 p.m. ET, May 14, 2012. Quotes may be faxed to 434-292-6202, Attn: Becky Fowler, or emailed to [email protected].
Bid Protests Not Available

Similar Past Bids

Memphis Tennessee 22 Mar 2013 at 2 PM
Tucson Arizona 20 Feb 2015 at 9 PM
Location Unknown 28 Mar 2017 at 8 PM
Saint paul Minnesota 01 Dec 2023 at 3 PM

Similar Opportunities

Nebraska 23 Aug 2025 at 4 AM
Nebraska 23 Aug 2025 at 4 AM
Oklahoma 17 Jul 2025 at 4 AM (estimated)