Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2008 FBO #2459
SOLICITATION NOTICE

V -- HERO Yellow Ribbon Event, 26-28 September 2008 to include meeting rooms, lodging, audio/visual equipment, snacks, etc.

Notice Date
8/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Missouri, USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
 
ZIP Code
65101-1200
 
Solicitation Number
W912NS-08-T-0075
 
Response Due
8/22/2008
 
Archive Date
10/21/2008
 
Point of Contact
Rhonda Wilson, 573-638-9500<br />
 
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. This solicitation is being posted in accordance with FAC 05-26 as an unrestricted procurement under NAICS 721110. The HERO Yellow Ribbon Event must be held at a lodging facility in or around close proximity of Lake Ozark, Missouri with the following specifications; Meeting Room: One (1) ballroom for opening and closing sessions (22,000+ square feet) set-up as theater seating; three (3) breakout rooms set-up in a classroom style set-up with pens and pads of paper on the tables; one (1) room for childcare with child care provided for approximately forty (40) children. If childcare service cannot be provided please provide a quote for the childcare room only; three (3) small meeting rooms in a conference set-up. All three (3) rooms will need to have locking capability. Two (2) of these rooms will need internet connection. Two (2) computers will be located in each room for a total of four (4) lines. Connection will be required 26-28 September 2008; space for twelve (12) exhibit tables near the three (3) breakout rooms. Hotel will need to provide tables with two (2) chairs per table; space for three (3) tables near the lobby area for registration. Hotel will need to provide tables with three (3) chairs per table. LODGING: Check-in 26 September 2008; Check-out 28 September 2008; request 12:00 p.m. check-out on 28 September 2008; 163 double rooms for two (2) nights. AUDIO/VISUAL EQUIPMENT NEEDED: AV cart (electrical cords only) three (3) sets for three (3) days. One (1) AV cart will be required in each of the three (3) breakout rooms; microphone and podium will be required in the ballroom; no screens will be needed (we will be brining out own screens); approximately two (2) LCD monitors w/stand and two (2) DVD players for the childcare room for 27-28 September 2008. SNACK TRAYS: 27 September 2008 morning and afternoon; 28 September 2008 morning and afternoon; 27-28 September 2008 light snacks for children in child care room (morning and afternoon each day); water service provided 26-28 September 2008, (please provide menu and pricing for snacks). MISC: Must be allowed to use copier as needed. Along with your quote please include the following: federal tax ID number, CCR information (DUNS number and CAGE code), payment method (EFT or Government Credit Card), how much advance notice you will require for any changes in quantities of snacks and lodging rooms. US Dept of Labor Wage Determination 05-2311 Rev 06 applies to this solicitation/contract and can be downloaded at www.wdol.gov. Lake Ozark is located in Camden County, Missouri. The Federal Government is attempting to gain visibility on the amount of manpower we are contracting to provide services. The statement of work below identifies this reporting requirement. The contractors are entitled to quote a reimbursement amount for this reporting. If there is to be no additional charge please respond with a $0.00 amount. 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 subcontractor 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 or https://cmra.army.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 subcontractors); (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) [V231]; (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 purposes of reporting this information) [W8AJAA or 8AJAA]; (11) Locations where contractor and subcontractors perform the work (specified by zip code in the Untied States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; (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. 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 required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. Please complete this requirement by (30 days from date of contract). The following provision and clauses are applicable to this solicitation/award: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors--Commercial Items; 52.212-3 Offeror Representations and Certifications--Commercial Items (vendor must complete printed copy and submit with quote); 52.212-4 Contract Terms and Conditions--Commercial Items; 52.252-1 Solicitation Provisions Incorporated By Reference http://www.arnet.gov/far/; 52.252-2 Clauses Incorporated by Reference http://www.arnet.gov/far/; 252.201-7000 Contracting Officer's Representative; 252.207-7004 Alt A central Contractor Registration (52.204-7) Alternate A; 52.212-2 Evaluation--Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical capability of item offerings, the quality and variety of menu offering, and the degree to which they meet the Governments requirements as set forth in this solicitation. If vendor is new to this agency, may be required to submit past performance references with your bid. This will be awarded on a best value basis. Technical and quality of food, past performance, and delivery date, when combined are equal to price, evaluation factors in determining best value.; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (a)(1)(2)(b)(16)(17)(18)(19)(20)(21)(22)(24)(36)OR(38)(c)(1)(2)(d); 252.212-7001 Buy American Act and Balance of Payment Program (b)(4).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=715de8a529d797d18dbb2432195551b4&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Missouri 7101 Military Circle, Jefferson City MO<br />
Zip Code: 65101-1200<br />
 
Record
SN01643235-W 20080820/080818220504-715de8a529d797d18dbb2432195551b4 (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.