Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2008 FBO #2363
SOLICITATION NOTICE

V -- Strong Bonds Family Retreat, 11-13 July 2008

Notice Date
5/14/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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
W91247-08-T-0070
 
Response Due
5/28/2008
 
Point of Contact
Eileen C. McKinley, (910) 907-5287
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. COMBINED SYNOPSIS/SOLICITATION (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will be issued. (ii)Solicitation W91247-08-T-0070 is issued as a Request for Quotation (RFQ). (iii)This Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18, effective April 22, 2008. (iv)This requirement is unrestricted and only qualified offerors may submit offers. 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 50 adults and 50 children in Myrtle Beach, South Carolina. 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. (v)CLIN 0001: The contractor shall provide twenty-five (25) each clean, carpeted, Hotel Beach-Front/Dedicated Hotel Beach-Access to Myrtle Beach or North Myrtle Beach for two nights. Late check-out after 3pm if possible. CLIN 0002: The contractor shall provide two (2) Breakfasts, one (1) Lunch, and two (2) Dinners, two (2) Snack (Drinks & Refreshments) for fifty (50) adults and fifty (50) children. CLIN 0003: The contractor shall provide three (3) clean, carpeted conferencing space / meeting rooms for three (3) days. CLIN 0004: The contractor shall provide hotel parking for POVs and chartered bus for three (3) days. CLIN 0005: The contractor shall provide Audio Visual Equipment Center Podium (with microphone and sound system separate from podium, to include cordless microphone) and large projection screen, Video Projector and DVD player. All cabling and power cords to connect DVD and Laptop (user will supply) with sound mini-jack and standard VGA connection. Setup and teardown of equipment. (vi) Performance Work Statement 1. General. 3rd BCT Consolidated Strong Bonds Couples Retreat 11-13 JUL 2008, Myrtle Beach, SC. 2. Scope of Work. Performance Work Statement (PWS) for: 2.1. Lodging: a. Twenty-five (25) each clean, carpeted, Oceanfront or Ocean view Rooms with lodging for two (2) nights only (11-13 July 08) in a Hotel Beach-Front / Dedicated Hotel Beach-Access to Mrytle Beach or North Myrtle Beach. b. Late hotel check out, if possible (3 PM). 2.2. Food: As listed below, or comparable as agreed upon for up to 50 Adults and 50 children a. On-site meal options for Breakfast Buffet and Dinner Buffet, at or below authorized government per diem rates. 5 Meal plans included in contract (11 & 12 JUL Dinner, 12 JUL Lunch; 12 & 13 JUL Breakfast). b. Friday, Jul. 11, 2008 (1700-1930) Dinner Buffet c. Friday, July 11, 2008 (1855) Snack d. Saturday, Jul. 12, 2008 (0730-0930) Breakfast Buffet e. Saturday, Jul. 12, 2008 (1200-1330) Lunch Buffet f. Saturday, Jul. 12, 2008 (1700-1930) Dinner Buffet g. Saturday, Jul 12, 2008 (2155) - Snack h. Sunday, Jul. 13, 2008 (0730-0930) Breakfast Buffet 2.3. Meeting Space: Modern, clean, carpeted Conference Space / Meeting Room. a. Clean, carpeted Conferencing Space / Meeting Rooms as listed below: b. Three (3) Meeting spaces for 50 people for Meetings and General Sessions with 4, 6-foot tables (dressed) along back wall or in hall.) This space required 11 JUL 2008 from 3 PM until 10:00 PM, 12 JUL 2008 from 7 AM until 1 PM and 6 PM until 10 PM, 13 JUL 2008 from 7 AM until 12. Respective number of padded chairs will be free floating and arranged initially in arcs/ theater style facing a center podium 2.4. Parking: Dedicated hotel parking for POVs and chartered bus. 2.5 Audio/ Visual Equipment:. Center podium (with microphone and LARGE sound system separate from podium, to include additional cordless microphone) and LARGE projection screen upon which Video Projector and DVD player can project image. All cabling and power cords to connect DVD and Laptop (user will supply) with sound mini-jack and standard VGA connection, to both the sound system AND the video projector will be provided in the contracted price, including setup and teardown. (vii)This requirement is for delivery FOB (Destination) to the 3rd BCT, 82nd Airborne Division, Fort Bragg, NC. The delivery date of any resulting contract will be NLT 11 Jul 08. (viii)FAR 52.212-1, Instructions to Offerors, Commercial Items. Offeror prices shall be submitted on the Schedule of Supplies and Services listed at item (two) 2 Performance Work Statement (PWS). (ix)FAR 52.212-2, Evaluation, Commercial Items. Lowest price determined fair and reasonable. The Government intends to award a contract to the responsible offeror who offers the lowest reasonable price. (x) The provisions at 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this solicitation. DFARS 252.212-7000, Offeror Representations and Certifications. Commercial Items, are applicable to this requirement. Offerors shall include a completed copy of the aforementioned Representations and Certifications with quote. (xi) The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii)The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: (16), (18-20), and (33). (xiii)The clause at 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, applies to this acquisition. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/. The following sub-paragraphs identified within DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, are considered checked and are applicable to this acquisition: DFARS 252.232-7003 Electronic Submissions of Payment Requests. Additionally the following clauses and provisions are added to this combined synopsis/solicitation and considered applicable to this acquisition: 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 (Alt A), Central Contractor Registration; and 252.225-7000, Buy American Act--Balance of Payments Program Certificate. Award can only be made to contractors registered in the Central Contractor Registration web page, http://www.ccr.gov. (xiv)The Defense Priorities and Allocation System (DPAS) is not applicable to this acquisition. (xv)There are no Numbered Notes that apply to this acquisition. (xvi)Quotation submission shall be forwarded by Monday, May 28, 2008, 3:00pm Local Eastern Standard Time via facsimile at (910) 396-7872, ATTN: Eileen McKinley. (xvii)The assigned contract specialist is Eileen McKinley, and can be reached at 910-907-5287 or eileen.mckinley1@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9f6a4ce2e9aa01ef6500724a3b6df847&tab=core&_cview=1)
 
Place of Performance
Address: Regional Contracting Center, Fort Bragg Installation Contracting Command, ATTN: SFCA-SR-BR, Building 2-1105 (C), Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN01573243-W 20080516/080514220835-9f6a4ce2e9aa01ef6500724a3b6df847 (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.