Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2008 FBO #2440
SOLICITATION NOTICE

99 -- Couples Strong Bonds Retreat for August 8-10, 2008 in the Wrightsville Beach/Wilmington, NC area.

Notice Date
7/30/2008
 
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
W9124708T0168
 
Response Due
8/4/2008
 
Archive Date
10/3/2008
 
Point of Contact
Heather Clifton, 910-907-4748
 
Small Business Set-Aside
Total Small Business
 
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. This solicitation number is W9124708T0168, and is issued as a Request for Quotation (RFQ). The 108th ADA BDE, Fort Bragg, NC is seeking proposals for a Firm Fixed Price contract for a Couples Predeployment Strong Bonds Training Event in the Wrightsville Beach/Wilmington, NC area. This RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 2005-24, effective February 28, 2008. This solicitation is 100% set-aside for small business. The North American Industry Classification System (NAICS) code is 721110, Hotels (except Casino Hotels) and Motels. Period of performance is for August 8-10, 2008. This requirement is for twenty-five (25) double occupancy rooms, for two (2) overnight stays on August 8 and 9, 2008. Check-in time is required between 11:30 a.m. and 4:30 p.m. on August 8, 2008. Check-out time will be no later than 11:30 p.m. on August 10, 2008. Breakfast buffets for fifty (50) adults and twenty-two (22) children (6-under 5 years of age; 4-ages 6 to 11) are required for Saturday and Sunday, August 9 and 10, 2008 from 7:00 a.m. to 8:30 a.m. each morning. Lunch buffet for fifty (50) adults and twenty-two (22) children (6-under 5 years of age; 4-ages 6 to 11) on Saturday and Sunday, August 9 and 10, 2008 from 12:00 p.m. to 1:00 p.m. each day. Dinner Buffet for fifty (50) adults and twenty-two (22) children (6-under 5 years of age; 4-ages 6 to 11) on Friday and Saturday, August 8 and 9, 2008 from 5:00 p.m. to 6:00 p.m. each evening. Dinner Buffet should include some type of seafood or fish. Two (2) conference room/meeting spaces are required; breakdown as follows: one (1) conference room/meeting space to accommodate fifty (50) participants for the following date/time: Friday, August 8, 2008 from 3:30 p.m. to 5:00 p.m., Saturday, August 9, 2008 from 8:00 a.m. to 10:00 a.m. and 6:00 p.m. to 8:00 p.m., and Sunday, August 10, 2008 from 8:00 a.m. to 11:00 a.m.; one (1) meeting space to accommodate childcare for the same dates and times as the adults conference room/meeting space. Two (2) 6 tables are required for childrens meeting space. Audio Visual Package consisting of a projection screen which Video Projector can project image. All cabling and power cords to connect Video Projector and Laptop (user will provide both) with sound mini-jack and standard VGA connection to both the sound system and the video projector. Audio Visual Package will be provided in the contracted price, including setup and teardown; podium with microphone is required for the adult conference room sessions. Refreshment breaks are required for up to fifty (50) adults and twenty-two (22) children on August 8, 2008 at 4:00 p.m.; August 9, 2008 at 10:00 a.m. and 7:00 p.m.; and August 10, 2008 at 10:00 a.m. Morning refreshment breaks shall consist of fruits, pastries, coffee, soft drinks, and juice. Afternoon refreshment breaks shall consist of fruits, veggies, cookies, coffee, and soft drinks. The following provisions and clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.252-1, Solicitation Provisions Incorporated by Reference (website provided http://farsite.hill.af.mil); FAR 52.212-2, Evaluation-Commercial Items. (a) The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors. The following factor shall be used to evaluate offers: (i) price. Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. General Information, Invoices (See paragraph (a) below); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Or Executive Orders-Commercial Items; 52.204-7, Central Contractor Registration Alternate A, 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) General Information, Invoices. The Contractor shall submit the original invoice to the host Chaplain along with a copy to the Contract Specialist. The invoice must be prepared, dated, and submitted after the services have been provided. Payment will be made via the Government Purchase Card (GPC). Applicable clauses under FAR 52.212-5: 52.222-3, Convict Labor; 52.222-21, Prohibition of segregated facilities; 52.222-26, Equal Opportunity; 52.222-50, Combating Trafficking in Persons; 52.232-36, Payment by Third Party; Applicable clauses under DFARS 252.212-7001: 252.232.7003, Electronic Submission of Payment Requests. Quote submission shall be forwarded by Monday, August 4, 2008, 12:00 noon local standard time using either facsimile at (910) 396-7872 or e-mail at heather.clifton@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d82064f9067d55edd8458426ae7213e6&tab=core&_cview=1)
 
Place of Performance
Address: Mission & Installation Contracting Command - Fort Bragg MICC - Fort Bragg, ATTN: SFCA-SR-BR, Building 2-1105, Macomb St Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN01626820-W 20080801/080730221945-d82064f9067d55edd8458426ae7213e6 (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.