Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2008 FBO #2313
SOLICITATION NOTICE

V -- 82nd Family Retreat Myrtle Beach 2- 4 May 08

Notice Date
3/25/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
Bldg 1-1333 Macomb and Armistead Sts., Fort Bragg, NC 28310
 
ZIP Code
28310
 
Solicitation Number
82ND84A0780040
 
Response Due
3/31/2008
 
Archive Date
9/27/2008
 
Point of Contact
Name: Anne Talbot, Title: Contract Specialist, Phone: 9103964362, Fax: 9109369438
 
E-Mail Address
anne.m.talbot@us.army.mil;
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 82ND84A0780040 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-20. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 with a small business size standard of $6M. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-03-31 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FORT BRAGG, NC 28310 The USA ACA Ft. Bragg requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, Eighty (80) each, modern, clean, carpeted, ocean front suites are required for a family retreat from 2 -4 May 2008. 70 rooms are required to accommodate up to 6 people and 10 rooms are required to accommodate 8 people. Rooms / Contract will allow for up to 160 adults and 120 children. An early check-in time is requested beginning at 3 PM on 2 May 2008. A late check out of 12 PM is requested for 4 May 2008. Indoor activities for all ages including fitness room and indoor pool. The government is tax except., 160, EA; LI 002, Breakfast is required for 280 participants on Saturday and Sunday, 3 & 4 May 2008. Breakfast will be service in a private dining area from 7:00 a.m. - 9:00 a.m. The request meal shall consist of a Breakfast Buffet with the following: Omelet Station, Selection of Seasonal Fruits, Muffins, Bagels, Southern Style Grits, Homemade Biscuits, Bacon, Sausage, Hash Browns, Sausage and Gravy, French Toast, Scrambled Eggs, Bagels, Toast, Selection of Milks, Juices, and Coffee. Price shall include all services fees. , 560, EA; LI 003, Lunch will be in a private dining area for 280 participants on Saturday 3 May 2008 from 1:00 p.m. - 2:00 p.m. Lunch Buffet shall consist of Hamburgers, Hotdogs, Deli Sandwiches, Bake Beans, Cold Salad, i.e. Potato, Macaroni, Cold Slaw, Chips, and Lettuce, Tomatoes, Green Onions, Coffee, Juice, Soda, and Sweet Iced Tea. All service fees shall be included in price., 280, EA; LI 004, Refreshments shall be available outside the meeting room for up to 160 Adults and 120 children on Saturday, 3 May 2008 at 10:30 a.m. Refreshments shall consist of Coffee, Decaf Coffee, Hot Tea, Iced Tea, Assorted Soft Drinks, Fruit Juices, Juicy Juice Boxes and Ice Water. Dry snacks such as snack cakes, bagels/cream cheese, cookies and fruit are also requested. Service fees shall be included in the price, 280, EA; LI 005, One (1) Meeting space is required for 160 people for the General Sessions. This space required on 3 May 2008 from 9:00 a.m -1:00 p.m. and on 4 May 2008 from 9:00 a.m. - 12:00 p.m. Respective number of padded chairs will be setup conference style with tables to write on facing a center podium (with microphone and sound system separate from podium, to include additional cordless microphone) and a LARGE projection screen upon which Video Projector and DVD player can project image. A wireless lapel microphone will be provided with a sound system for use during the entire time. The projection screen and sound equipment will be provided in the contracted price, including setup and teardown. Price will include all service fees., 2, DAYS; LI 006, Four (4) Meeting Spaces for up to 30 people/ children each for Childcare with two (2) each, 6-foot tables and skirts along back wall or in hall. One of these rooms must have hand washing facilities in or near the room. This space is required on 3 May 2008 from 8:45 a.m. until 1:00 p.m. and 4 May 2008 from 8:45 a.m. until 12:00 p.m. Respective number of padded chairs will be STACKED IN REAR CORNERS OF ROOM. One Large Screen TV and DVD player on a rolling cart will be available to use in any of these rooms during the dates and times listed above. All video and sound equipment will be provided in the contracted price, including setup and teardown. All services fees shall be included in the price., 2, DAYS; For this solicitation, USA ACA Ft. Bragg intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Ft. Bragg is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to clientservices@fedbid.com so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery and set up shall be in compliance with stated requirements. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The Federal Government is Tax Exempt and does not pay lodging tax. Per diem rate for Myrtle Beach is $95.00 Payment will be made with the Government Purchase Card
 
Web Link
www.fedbid.com (b-64466, n-11265)
(http://www.fedbid.com)
 
Place of Performance
Address: FORT BRAGG, NC 28310
Zip Code: 28310
Country: US
 
Record
SN01541018-W 20080327/080325225126 (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.