To place a bid or register go to Unison Marketplace

View Details for Buy # 1062758

General Buy Information

Buy #: 1062758  
Solicitation #: PANMCC-21-P-0000-014405
Buy Description: Lodging for 1SFG Conference
Category: V2 -- TRAVEL, LODGING, RECRUITMENT SVCS
Sub Category: V231 -- TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL
NAICS: 721110 -- Hotels (except Casino Hotels) and Motels
SAM Contract Opportunity: Yes
Set-Aside Requirement: Small Business
Buyer: MICC Joint Base Lewis McChord
End Date: 05/05/2021
End Time: 12:00 ET
Seller Question Deadline: 4/28/2021 - 12:00 ET
Delivery: Special Delivery Instructions - See Statement of Work/Delivery Attachment

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s)

Item No Description Qty Unit
001 Guest Rooms: 80 Rooms (Queen beds or larger) Guest rooms will be required for single and/or multiple occupancy. Rooms will be non-smoking with queen or larger beds and private bathrooms. The Contractor will provide rollaway bed, basinet, and cribs as needed. Rooms must be clean and in good repair. Additional blankets and pillows shall be made available if requested by the occupant. All linen and blankets shall be clean, freshly laundered, without any objectionable odors, and in good repair, free from tears, rips, holes, stains, and excessive wear. Rooms shall include clean linens, bathrobes, ironing board and Iron, TV with cable service, functional desk/work area, telephone, free high-speed Wi-Fi, room safe, fridge, and digital radio with alarm. At least 10 rooms must be adjoining to accommodate families with multiple children Location: Pacific Northwest Region, shall be within 120 miles of Joint Base Lewis-McChord. POP: 21 May 2021 - 23 May 2021 Please refer to paragraph 2.3 Required Services of PWS for more details. 1 JOB
002 Meals: 2x Breakfast, 2x Lunch, 2x Dinner, 1x Dessert Buffet The style of meals will be based on the conference schedule and will include both buffet style and boxed/to-go meals. Vegetarian, children’s, and specified allergen-free meals shall be made available upon request. The F.I.R.S.T. POC will notify the Contractor if vegetarian, children’s, and allergen-free meals are required no later than (NLT) fourteen (14) days prior to the event. Cups with lids will be provided for children’s drinks. Breakfast. Breakfast buffets shall include at minimum: Eggs, meat, potatoes, sliced fruit, fruit juice, cereal, milk, caffeinated and decaffeinated coffee, and assorted bread/pastries. Children will eat with parents. Lunch and Dinner buffets shall include at minimum: An entrée of beef, chicken, or fish, starch, vegetables, fruit, bread, desert, caffeinated and decaffeinated coffee, iced and hot tea, and water. If boxed meals are requested, they shall include at minimum: a sandwich/wrap, side (vegetable, salad, or pasta/grain), fruit, dessert, and a bottled water. Children may eat with childcare providers, depending on the Conference schedule to be provided NLT fourteen (14) days prior to the event Dessert buffet shall be provided for adults for the 22 May evening session. Coffee, iced and hot tea, and water will be provided. General/Breaks/Childcare. Water, coffee, iced and hot tea, and light snacks (cookies or fruit) will be available for the adults attending training throughout all sessions. The childcare areas will be provided light snacks consisting of, but not limited to fresh fruit, crackers/chips, juice, milk, and water. Any food allergens specified will be considered for snacks as well as meals. Please refer to paragraph 2.1 Required Services of PWS for more details. 1 JOB
003 Facilities: Hotel/motel shall be able to handle a capacity of up to 80 families, including adults and children, for lodging and event (training and childcare) space. Conference Room: Tables and chairs will be provided to accommodate 80 adults (attendees and speakers) in a banquet style configuration (round tables). Two rectangle tables with chairs will be provided, placement to be specified by the F.I.R.S.T. POC. A podium will be provided at the front. Childcare Rooms(s): One to three rooms will be provided to accommodate a maximum of 120 kids plus childcare providers. Tables and chairs will be provided to use for activities and meals (if needed). This area must be on the same floor and accessed by parents attending the conference within a five (5) minute walk. The childcare room(s) will not have public access and will allow for the childcare providers to maintain positive access control. The childcare rooms must have access to restrooms and have communication with the conference room where the parents are training.The conference room will have audiovisual capability to include, but not limited to, two microphones (one wireless and one hand-held) for guest speakers/trainers and equipment to show PowerPoint presentations. At least one large whiteboard shall be available. The conference room shall also have videoconference capabilities, on-site technical support, and a 24/7 self-service business center located on the premises. Training and childcare spaces shall have access to Wi-Fi. The Childcare Room(s) shall have a minimum of two TVs and DVD Players available for use. Please refer to paragraph 2.1 Required Services of PWS for more details. 1 JOB

Bidding Requirements

Instructions
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
See attached PWS
The Buyer is allowing Sellers to submit bids that either meet or exceed the requested specification. Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award.
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)
The Buyer has provided special instructions for delivery – See Statement of Work/Delivery Attachment.

Buy Terms

Name Description
NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) AND SIZE STANDARD In accordance with FAR 19.102(b), the small business size standard is applied by classifying the product or service being acquired in the industry whose definition, as found NAICS Manual, best describes the principal nature of the product or service being acquired. The NAICS code selected for this acquisition is 721110, Hotels (except Casino Hotels) and Motels with an applicable small business size standard of M$35.0.
CONTRACTING OFFICER'S AUTHORITY The Contracting Officer (KO) at Mission and Installation Contracting Command, Joint Base Lewis-McChord is the only person authorized to approve changes or modify any of the requirements under this solicitation, and notwithstanding anything contained elsewhere in this solicitation, the said authority remains solely with the KO. In the event the Contractor or contractor employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the price of any subsequently awarded contract under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof.
AGENCY PROTEST PROCEDURES If an interested party have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also officially protest to the contracting officer. Contract award or performance is suspended during the protest. To be timely, protests must be filed within the periods specified in FAR 33.103. If an interested party has complaints or want to file a protest it must be sent to the address below: Mission and Installation Contracting Command Chief, Supply and Small Services Branch BOX 339500, MS 19 JBLM, WA 98433-9500 Facsimile number 253-967-3844
AMC-LEVEL PROTEST PROGRAM If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: [contract number] HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures.
QUOTES Quotes MUST be valid for 30 days after Request for Quote/solicitation’s closing date.
QUOTE CLARIFICATIONS Questions concerning this solicitation must be submitted by 1200 EST, 28APR2021 to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered.
CONTACT INFORMATION Contact MarketplaceSupport@unisonglobal.com or call 1-877-933-3243 to address any questions for quotes utilizing Unison Marketplace.
NO MULTIPLE AWARDS Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected and deemed non-responsive.
EVALUATION OF QUOTES: LOWEST PRICE TECHICALLY ACCEPTABLE In order to enhance the efficiency of the procurement process, the Government intends to evaluate only the lowest priced quote to determine if the quote is technically acceptable and whether the vendor has acceptable or neutral past performance. If the lowest priced quote is reasonably priced and technically acceptable and the vendor has acceptable or neutral past performance, the Government intends to make an award to that vendor and no other quote will be evaluated. If the lowest priced offer is not technically acceptable, the vendor does not have acceptable or neutral past performance, or both, then the Government will evaluate the second lowest priced quote for technical acceptability and acceptable or neutral past performance. This method will continue until the lowest priced, technically acceptable quote, by a vendor with acceptable or neutral past performance, is determined. Quotes will be evaluated based on price and technical acceptability. Quoter/Offeror certifies that the product quoted meets or exceeds all minimum requirements as stated in the Request for Quotes.

Shipping Information

City State   Zip Code
See Statement of Work

Seller Attachment(s): Required

Please provide a E-Brochure of facilities being offered.

Buy Attachment(s)

No. Document Name   Document Size
001 May_FIRST_Conference_Lodging_SOW_1.docx   30 KB
002 Clauses.pdf   40 KB
003 Wage_Determination.txt   46 KB