Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2008 FBO #2267
SOLICITATION NOTICE

X -- Marriage Workshop (22 - 24 Feb 2008)

Notice Date
2/8/2008
 
Notice Type
Solicitation Notice
 
NAICS
721199 — All Other Traveler Accommodation
 
Contracting Office
ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-08-T-0012
 
Response Due
2/12/2008
 
Archive Date
4/12/2008
 
Point of Contact
Lisa Benjamin, 719-526-2416
 
E-Mail Address
Email your questions to ACA, Fort Carson
(lisa.benjamin@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation prepared in accordance with the format contained FAR Subpart 12.6. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTES ARE REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Quotes shall refer ence Request for Quotes (RFQ) number W911RZ-08-T-0012. This announcement incorporates provisions and clauses in effect through Federal Acquisition Circular 05-08. It is the Contractor's responsibility to be familiar with all applicable clauses and provis ions. This requirement is unrestricted. The NAICS code for this procurement is 721199 with a small business size standard of $6.5 million. Quotes shall include pricing of: CLIN0001. Lodging Room Accommodations (see location requirements b elow) QTY: 86 EA {50 rooms of the total 86 rooms must have accommodations for children  i.e. double beds} Identify if a DOD Per Diem Rate applies. CLIN0002. Meals and Beverages (Adults) {Includes dinner Friday night, breakfast, lunch, and di nner on Saturday and breakfast and lunch on Sunday} QTY: 172 EA meal CLIN0003. Childcare (during training session identified below) QTY: NTE 30 EA { State certified childcare providers are required. Per Colorado State Law (1) certified childcare p rovider is required for up to 5 children.} CLIN0004. Conference Area QTY: 1 EA {Area should be large enough to accoummodate 160 people with audio/visual equipment to include projection screen, a speaker system that will work with the projector, 1 podium and 2 extra tables for training material and projection equipment.} Period of performance for the event: 22  24 Feb 08. Additional information for each CLIN is provided in the following Scope of Work: SCOPE OF WORK. Services to be provided shall include: 1) An off-site, semi-secluded, rural, mountain resort setting location at least 1.0 hours away from Colorado Springs, CO but within a 2.5 hour driving time of Colorado Springs. This location shall provide th e atmosphere and ambiance for couples to be relaxed in a non-stressful environment which is within approximately a 5-10 minutes driving distance from ski slopes. 2) Lodging accommodations for every couple (86 rooms) to have their own private room / lod ge. Fifty (50) of these rooms need to have accommodations for children (i.e. double beds). 3) A card system that couples will use for their meals with flexible times and dinning options for eating. 4) A certified child care provider and facility t hat is on-site for child care during training sessions. 5) A conference meeting room large enough to accommodate 160 people, set up theater style with tables for couples to use while taking notes during training sessions. Training sessions will be con ducted on Friday, 22 February 1000-1600 hrs, Saturday, 23 February 0830-1300 hrs, Sunday, 24 February 0830-1430 hrs. 6) Audio / visual equipment to include projection screen that is large enough for everyone in the room to view comfortably and a speake r system that will work with projector. 7) Water and beverage service during all training sessions. 8) 1 podium in conference room for each training day. 9) 2 extra tables in conference room for training materials and projection equipment. 1 0) Allow for late check-out on Sunday, 24 February. 11) Provide for an area for storing personal luggage after check-out on Sunday, 24 February. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulatio n (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at http://farsite.hill.af.mil. 52.212 -4 Contract Terms and Conditions-Commercial Items; The provision of FAR Clause 52.212-5 Contract Terms and Condition s Required to Implement Statutes or Executive Orders- Commercial Items (Nov 2007) applies to this acquisition. Under paragraph b, the following clauses are inco rporated: 52.222-3, Convict Labor (June 2003) (E.O. 11246), 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003) (31 U.S.C 3332), 252.212-7 001 (Dev), Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clauses 52.203-3, Enterprises, and Native Hawaiian Small Business Concerns (Apr 2007) (Section 8021 of Public Law 107-2 48 and similar sections in subsequent DOD appropriations acts), Quotes shall be received at ACA, NR Directorate of Contracting, 1676 Evans Street, Bldg 1220, Fort Carson, CO 80913 ATTN: Lisa Benjamin, not later than 08:00 AM. MT, 12 February 2008. < BR>Evaluation--Commercial Items applies to this acquisition. The Government will award a purchase order resulting from this solicitation to the responsive responsible offeror whose technically acceptable offer conforming to the solicitation will be most a dvantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on the basis of determining the availability of and the price/unit issue breakdown provided for the separate CLI NS identified: conference room  to include audio/visual package, hotel rooms (86 ea {50ea with at least double beds and 36ea with one couples bed}), meals and beverages (172 ea meal), certifications for childcare provider, and low price. Quotes sha ll include: Tax ID number, cage number and DUNS number. Any questions should be submitted via e-mail for forwarding to end-user for response. Quotes shall be received via email at lisa.benjamin@us.army.mil or fax 719-526-4490. Offerors who do not com ply with all requirements of this synopsis/solicitation may be eliminated from competition. Any amendments that may be issued will be published in the FedBizOpps. All questions shall be submitted in writing to Lisa Benjamin, Contract Specialist, at lisa.b enjamin@us.army.mil by 12 February 2008, no later than 14:00 p.m. MT.
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
Country: US
 
Record
SN01504383-W 20080210/080208230027 (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  © 1994-2020, Loren Data Corp.