Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2008 FBO #2462
SOLICITATION NOTICE

V -- Conference services at a resort location a minimum of 60 miles and a maximum of 120 miles from Fort Carson, CO

Notice Date
8/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ08T0292
 
Response Due
9/2/2008
 
Archive Date
11/1/2008
 
Point of Contact
franklinaw, 719-526-0813<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. Fort Carson intends to award a Firm-Fixed-Price Contract for conference services at a resort location. The North American Industrial Classification System (NAICS) code for this procurement is 721110. This solicitation will end on 2 September 2008, 9:00 a.m. Mountain Time. The Contractor shall propose the following Contract Line Item Numbers (CLINS): 0001 Total Lodging _________ 0002 Total Food and Beverage Charges _________ 0003 Total Childcare Charges __________ CLIN 0004 Audio Visual___________ Total: __________ The total proposed price shall be all inclusive. (Include any incidental charges, i.e. parking, surcharges, etc.) The period of performance is 19 September 21 September 2008. 1. The vendor shall host 90 families for the 4BCT, 4ID Strong Bonds Marriage Retreat from 19-21 September 2008. The maximum numbers for this retreat are as follows: 180 adults and 100 Children, ages newborn to 16 years old. The vendor will only bill the contract against the number of persons reported with 48-hours notice by the 4BCT, 4ID Chaplain, MAJ Paul D. Madej. The quantities and charges will not exceed what is authorized and specified in the contract and associated CLINs. 2.The vendor shall provide 90 Deluxe Rooms for two nights beginning on 19 September 2008, with checkout on noon or the afternoon of 21 September 2008. These deluxe rooms will include a queen size bed or larger for the adults, beds for children and private baths. Families need to be provided a private room that allows them to live like a family (i.e. church camps with bunk beds and group housing are NOT acceptable). The living area shall have a television and small refrigerator. 3. The vendor shall provide 5 buffet meals as follows: a. Friday, 19 September 2008: i. Adult Dinner for 180 adults ii. Children Dinner for 100 Children b.Saturday, 20 September 2008: i.Adult Breakfast for 180 Adults ii.Children Breakfast for 100 Children iii.Adult Lunch for 180 Adults iv.Children Lunch for 100 Children v.Children Dinner for 100 Children vi.Adult Dinner for 10 Adults vii. Coffee Breaks throughout the day for 180 adults c.Sunday, 21 September 2008: i.Adult Breakfast for 180 Adults ii.Children Breakfast for 100 Children iii.Coffee Breaks throughout the day for 180 adults 4. From 20-21 September 2008, the vendor shall provide two Conference Rooms for training for Saturday and Sunday mornings (0800-1200 hrs) furnished with round tables, chairs, audio, proxima projector, and DVD capability to accommodate a total of 180 adults. Each conference room will be able to comfortably hold 45 couples (90 adults). Conference rooms will have air-conditioning/heat capability for climate control. The vendor shall provide computer connectivity with audio and video capability for government provided computers. The vendor shall supply audio and video (large TV and DVD player) capability for the children's activities areas. The government will furnish its own computers. 5. From 20-21 September 2008, the vendor shall provide separate conference room space located in the same building to accommodate vendor-provided childcare services for 100 children on Saturday and Sunday Mornings from 0800-1230 and Saturday night from 1800-2200. This room will be conducive to setting up a children's activities area. The vendor shall provide computer connectivity with audio and video capability and audio and video (large TV and DVD player) equipment and capability for the children's activities areas. 6.The vendor shall provide childcare services by a licensed childcare provider for 14 to 15 hours of child care for 100 children. The vendor shall provide a list of children's activities provided by the resort sitters, and will furnish all equipment and supplies needed for these activities a. Hourly requirements for childcare services are as follows: i.Friday Night: 2 hours, time to be determined ii.Saturday & Sunday Mornings: 4 to 4.5 hours each, 0800-1230 hrs iii.Saturday Night: 4 hours, 1800-2200 hrs b. Estimated age groups are as follows: i. 10 Children, Ages 0-2 years old ii. 15 Children, Ages 2-5 years old iii. 30 Children, Ages 5-8 years old iv. 25 Children, Ages 12 years old & Over 7. The vendor will only bill the contract against the number of persons reported with 48-hours notice by the 4BCT, 4ID Chaplain, MAJ Paul D. Madej. The quantities and charges will not exceed what is authorized and specified in the contract and associated CLINs. CONTRACTOR QUALIFICATIONS AND SPECIFICATIONS: The vendor shall be located a minimum of 60 miles from Fort Carson, CO, and a maximum of 120 miles. The vendor shall be capable of providing all services and facilities listed in the Statement of Work on premise. The vendor shall provide a licensed childcare provider for the childcare services. The vendor shall have on-site recreational facilities and be in close proximity to restraunts and activities. The following provisions and clauses will be in the contract and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation Commercial Items), 52.212-3 (Offeror Representations and Certifications Commercial Items) Clauses: 52.204-7 (Central Contractor Registration), 52.212-4 (Contract Terms and Conditions Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items), 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-35 (Equal Opportunity for Special Disabled Veterans), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-37 (Employment Reports on Special Disabled Veterans), 52.222-50 (Combat Trafficking in Persons), 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration) or 52.232-36 (Payment by Third Party), 52.233-3 (Protest After Award), 52.233-4 (Applicable Law for Breach of Contract Claims), 52.252-2 (Clauses Incorporated by Reference), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.225-7001 (Buy American Act and Balance of Payments), 252.232-7003 (Electronic Submission of Payment Requests) The Government will award a purchase order resulting from this solicitation to the responsive responsible offeror whose technically acceptable 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: Price, capabilities, proximity to local activities and childcare activities offered. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All responses must be received by 9:00 a.m. Mountain Time on 2 September 2008. Quotes can be faxed to (719) 526-4490 attn: Amy Franklin, or e-mailed to amy.w.franklin@us.army.mil. An official authorized to bind your company shall sign the quote. The childcare plan and food and beverage menus shall be included in your quote. Questions concerning this solicitation should be addressed to Amy Franklin, Contracting Officer, and e-mailed to amy.w.franklin@us.army.mil, all questions or inquires must be submitted in writing prior to 2:00 p.m. Mountain Time, 26 August 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a808f5498a213438ae436d92b152d5a8&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO<br />
Zip Code: 80913-5198<br />
 
Record
SN01647096-W 20080823/080821221741-a808f5498a213438ae436d92b152d5a8 (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.