Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2008 FBO #2351
SOLICITATION NOTICE

X -- USARSO MWR DAY EVENT

Notice Date
5/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
713120 — Amusement Arcades
 
Contracting Office
Department of the Army, ACA, The Americas, ACA Southern Hemisphere Mission Support, ACA Southern Hemisphere Mission Support, 2450 Stanley Road Suite 320, Building 1000 2nd Floor, Fort Sam Houston, TX 78234-7517
 
ZIP Code
78234-7517
 
Solicitation Number
W912CL-08-Q-PARK
 
Response Due
5/9/2008
 
Point of Contact
Ivette Jefferson, 210-295-5907
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation number W912CL-08-Q-PARK issued on 02 May 2008 for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 in conjunction with FAR 13.5 as supplemented with additional information included in this notice. The U.S Army South (USARSO) has a need for a recreation day event outdoor park facility. This announcement incorporates FAR provisions and clauses in effect through FAR Federal Acquisition Circular 2005-15 and constitutes the only solicitation; a written solicitation will not be issued. NAICS Code 713120. The solicitation number is W912CL-08-Q-PARK. The solicitation is issued as a Request for Quote (RFQ). The requirements will be fulfilled using Simplified Acquisition Procedures, FAR Part 13. The period of performance is June 27, 2008. Park facility must be within ten (10) miles of Fort Sam Houston, San Antonio Texas. Park facility should provide private clean facilities that meet safety and hygienic standards, and at a minimum, accommodate 700-750 personnel with the following capabilities: Pavilions: Decorated with balloons and personalized USARSO MWR Day welcome banners throughout the park. Athletic Playing Fields: Provide athletic playing fields to include organized games and competitions with all the necessary equipment, i.e., officials, umpires, and referees to facilitate intramural competition e.g., softball, beach volleyball, 3-on-3 basketball, beach volleyball serving contest, etc. Playing fields and courts must be safe at all times to minimize injuries. In addition, a 25-meter swimming pool shall also be available with lifeguards provided by the park. Teen & Kids Activities: Teen and kids activities shall be accommodating for ages 3 and up with supervised staff to avoid serious injuries, e.g., kickball, balloon sculptures, large inflatable bounce, bungee run inflatable, nerf-ball challenge, face painting, kick and throw contests, etc. Face painting shall have a minimum of two face painters provided and last a minimum of 3 hours to ensure all kids present are afforded the opportunity to participate in the event. Family Activities: Special activities shall be provided where prizes that do not exceed a $50 dollar value are awarded to winners, e.g., Bingo, Hula-Hoop contest, Stick-Horse Relay races, Buddy ski races, Tire Roll Races, Trivia Contest, etc. Kids Playground: Kids shall have access to the playground the entire day the event is held. Arcades & Entertainment: Arcade facilities shall have air hockey, foosball, electronic basketball, etc, enjoyable for participants of ages 3 and older. A disc jockey shall be provided playing todays music for the entire time. Hours of operation: Facilities shall be available, as a minimum, from 12:00 -4:00 hours and be available to USARSO personnel and their FAMILIES exclusively. Contractor Facilities: Shall have showers, restrooms, and adequate parking for 7:00-7:50 personnel available at no cost to the participants. Security Requirements: Facilities shall be in a safe environment and shall be equipped to facilitate all safety needs. Safety Availability: The facility shall provide Emergency Medical Services and paramedic personnel on site for the entire period of the event Staff Personnel: Facilities and fields shall have personnel to provide training in the proper use of gym equipment. Prospective contractors shall be registered in the Central Contractor Registration (CCR). Contractor shall submit one priced quote to include the cost of the picnic and identify all activities and services to be provided. Representations and Certifications FAR 52.212-3 http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm#P1058_151877 and DFARS 252.212-7000 http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/dfars/dfars252_000.htm#P1320_68009. The provisions at FAR 52.212-1, Instructions to Offeror Commercial; FAR 52.212-3, and DFARS 252.212-7000 apply to this requirement. The following FAR clauses apply to the requirement: FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items and DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. The appropriate clauses will be selected including 52.232-36, Payment by Third Party. The Government plans to award a single purchase order resulting from this RFQ. MANPOWER REPORTING The contractor shall completely fill in all the information in the format using the following web address: https://cmra.army.mil/register.aspx. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task or delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of the contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including subcontractors); (8) Predominant Federal Service Code (FSC) reflecting the services provided by contractor (and separate predominant FSC for each subcontractor if different); (9) Estimated data collection cost; (10) Organizational title associated with Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and subcontractors perform the work (specify by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website; (12) Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). Reference C.3 of the PWS. FAR 52.222-41 Service Contract Act of 1965 as Amended Wage Determination No. 1994-252, Revision No. 27, Dated 07/16/2004, for Bexar County is applicable. Offers shall be emailed to ivette.jefferson1@us.army.mil no later than 1600 CST, 07 May 2007. Please note: Do not use ZIP files as attachments to email, PDF or Microsoft Office formats are acceptable.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8e81a69b26b5a75eb449405e5379cf62&tab=core&_cview=1)
 
Place of Performance
Address: ACA Southern Hemisphere Mission Support 2450 Stanley Road Suite 320, Building 1000 2nd Floor Fort Sam Houston TX
Zip Code: 78234-7517
 
Record
SN01565696-W 20080504/080502215845-8e81a69b26b5a75eb449405e5379cf62 (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.