Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2008 FBO #2362
SOLICITATION NOTICE

99 -- Strong Bonds Couples and Singles Retreat, 15 18 May 2008, Williamsburg, VA.

Notice Date
5/13/2008
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Bragg, ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124708T0072
 
Response Due
5/14/2008
 
Point of Contact
Uche Washington, (910) 907-5289
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with 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 Solicitation document W91247-08-T-0072 is issued as a Request for quote (RFQ) in accordance with the Governments requirement. This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-18, effective June 30, 2007. This requirement is unrestricted and only qualified offerors may submit bids. This solicitation is issued under FAR PART 13-Simplified Acquisition Procedures. This requirement is to provide modern, clean and carpeted lodging rooms, meals and conferencing capable of accommodating 600 participants in Williamsburg, Virginia. The North American Industry Classification System (NAICS) code is 721110, size standard is $6.5 million. Award of this requirement will be in accordance with Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures. Interested persons may identify their interest and capabilities to respond to the requirements. A detailed Performance Work Statement is provided below. For further information please email uche.washington@ us.army.mil. 1. Performance Work Statement 1. General. 18th FA Brigade (Airborne), S-4, Strong Bonds Couples and Singles Retreat, 15 18 May 2008, Williamsburg, VA. 2. Scope of Work. 2.1. Lodging: Modern, clean hotel, within the Williamsburg, VA area for a 3 night stay 15 18 May 2008. Room requirement: 25 rooms first night, 65 rooms second night, and 40 rooms third night. Attendance is estimated at 50 people first night, 150 people second night, and 100 people third night. 2.2. Food: As listed below, or comparable as agreed upon. Ability to provide quality on-site meals, and food service. Buffets for up to the specified number of people. Seven meals provided (3 breakfasts, 4 lunches, and 2 dinners, 4 snacks). Attendance is estimated at 50 people first night, 150 people second night, and 100 people third night. 2.3. Meeting Space: Modern, clean, carpeted Conference Space / Meeting Room. Rooms are required 15, 16, 17 and 18 May 2008. a.Main Conference Room: One (1) conference room for adults for General Sessions to include: padded chairs arranged classroom style with commensurate number of dressed tables. b.ChildCare Room(s): One (1) large meeting spaces for children plus childcare providers. To include in each space: tables along back wall, padded chairs, stacked along wall, allowing open area for multi-use. 2.4. Parking: Free Dedicated hotel parking for POVs and chartered bus. 3. Description: ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICE AMOUNT 0001Hotel Rooms 25Each 25 Double Occupancy Rooms 15 May 2008. ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0002Hotel Rooms65Each 65 Double Occupancy Rooms 16 May 2008 ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0003Adult Breakfast40 Each 40 Double Occupancy Rooms 17 May 2008 ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 000415 May 2008 Meals 50 Each 1 Lunch Buffet, 1 Snack Break and 1 Dinner for 50 participants ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 000516 May 2008 Meals 150 Each 1 Breakfast, 1 Lunch, 1 Snack Breack and 1 Dinner for 150 participants ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 000617 May 2008 Meals 100Each 1 Breakfast, 1 Lunch, and 1 Snack Breack for 100 participants ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 000718 May 2008 Meals100Each 1 Breakfast, 1 Lunch, 1 Snack Breack and 1 Dinner for 100 participants ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0008Large Conf Rm4Each 1 large conference room required each day from 15 18 May 2008 for large group. ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0009Small Conf Rm150Each 1 small conference room required each day from 15 18 May 2008 for childcare. 4. The following clauses apply to this acquisition: FAR 52.000-4005 (see paragraph a below), FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, FAR 52.204-7 Central Contractor Registration, FAR 52.252-2 Clauses Incorporated by Reference (website provided http://farsite.hill.af.mil), DFARS 252.204-7004 Central Contractor Registration Alternate A, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7002 Qualifying Country Sources. a.FAR 52.000-4005 Invoices. a. Electronic invoicing is mandatory in accordance with DFARS 252.232-7003. For electronic commerce information pertaining to DFAS web invoicing (WinS), which enables the current paper based vendors to submit invoices electronically, at little or no cost, visit the following DFAS web site: http://www.dfas.mil/ecedi. TO ACCESS PAYMENT STATUS ELECTRONICALLY: www.dod.mil/dfas/. Payment will be made by: Defense Finance and Accounting Services (DFAS), DFAS ROME 325 BROOKS ROAD, ROME, NE 13441-4511, Customer Service 315-330-6152, Fax: 315-330-6160. Payment will not be made under this contract until all items have been received and accepted. b.Applicable clauses under FAR 52.212-5: 52.219-6 Notice of Total Small Business Set-Aside, 52.219-14 Limitations on Subcontracting, 52.222-3 Convict Labor, 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 52.222-41 Service Contract Act of 1965, as amended, 52.222-42 Statement of Equivalent Rates for Federal Hires. c.Applicable clauses under DFARS 252.212-7001: 252.225-7001 Buy American Act and Balance of Payments Program. d.Clauses Incorporated By Reference (Feb 1998); 252.204-7004, REQUIRED CENTRAL CONTRACT REGISTRATION (FEB 1999); 252.246-7000, Material Inspection and Receiving Report (MAR 2003); 52.000-4029, Accounting for Contract Manpower Reporting (OCT 2005); 52.212-5 FACSIMILE PROPOSALS (OCT 1997, DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.204-7004. 5. Contractor Manpower Reporting: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including sub-contractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified 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 sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each. 6. Quote submission shall be forwarded by Wednesday, May 14, 2008, 11:59 a.m. local standard time using either facsimile at (910) 396-7872, email at uche.washington@us.army.mil or mail to Directorate of Contracting, Bldg. 2-1105 Macomb Street, Fort Bragg, NC 28310-5000.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=67861871d40cf98cace920f45a9696ec&tab=core&_cview=1)
 
Place of Performance
Address: Regional Contracting Center, Fort Bragg Regional Contracting Center, ATTN: SFCA-SR-BR, Building 2-1105, C-Stack, Macomb Street Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN01572476-W 20080515/080513221616-67861871d40cf98cace920f45a9696ec (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.