Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
SOLICITATION NOTICE

99 -- Strong Bonds Deployment Retreat 24 -26 September 2008, Myrtle Beach, SC

Notice Date
9/8/2008
 
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
W9124708T0317
 
Response Due
9/16/2008
 
Archive Date
11/15/2008
 
Point of Contact
Anne Talbot, 910-396-6401<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 number is W9124708T00317, and is issued as a Request for Quotation (RFQ). The Mission and Installation Contracting Center Regional Contracting Center Fort Bragg, NC is seeking quotes for a Firm Fixed Price contract in support of a Strong Bonds Deployment Retreat in Myrtle Beach, SC. This RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 2005-24, effective February 28, 2008. This solicitation is unrestricted. The North American Industry Classification System (NAICS) code is 721110, Hotels (except Casino Hotels) and Motels. Period of Performance is for September 24-26, 2008. This requirement is for seventy-five (75) double occupancy rooms for up to 75 participants, for two (2) overnight stays on September 24-26, 2008. Check in time is requested between 2:00 p.m. and 3:00 p.m. on 24 September 2008. Check out will occur no later than 11:00 on 28 September 2008. Breakfast for 75 adults is required on 25 and 26 September 2008. breakfast is required for 75 adults on Thursday 25 September and Saturday 26 September 2008. Breakfast will be served from 7:00 9:00 AM. Suggested Breakfast: Buffet: Omelet Station, Selection of Seasonal Fruits, Muffins, Bagels, Southern Style Grits, Homemade Biscuits, Bacon, Sausage, Hash Browns, Sausage and Gravy, French Toast, Scrambled Eggs, Bagels, Toast, Selection of milks, Juices, and Coffee. Lunch is required for 75 participants on Thursday 25 SEP, 12:00 1:00 PM. Suggested Lunch: Beef and chicken dish. Salad bar, desert bar, drink station with coke cola products, sweetened ice tea, and water. Lunch will be held in Resort restaurant. Drinks and Refreshments for up to 75 Adults shall be provided on Thursday, 25 SEP at 10:30a.m. Refreshments shall consist of Chefs Display Coffee, Decaf Coffee, and Tea, Iced Tea, Assorted Soft Drinks, Fruit Juices - Orange, Grapefruit, Cranberry and Pineapple, Danish Assortment. Assorted Cookies - Chocolate Chip, Oatmeal Raisin, Peanut Butter and Chocolate Chunk, Muffins - Blueberry and Lemon Poppy seed. Or comparable as previously agreed upon. Modern, clean, carpeted Conferencing Space are required as follows: One (1) Meeting space for 80 people for General Sessions. This space required 25 SEP 2008 from 9:30 AM until 11:30 AM, 26 SEP 2008 9 AM. Respective number of padded chairs will be setup conference style with tables to write on facing a center podium (with microphone and 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 Laptop to projector and mini-jack cable to connect Laptop to sound system. All video and sound equipment will be provided in the contracted price, including setup and teardown. All prices will include services fees. The following provisions and clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.237-1, Site Visit; 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 (e.g., delivery, and/or quality). 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. Offerors are to include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. FAR 52.000-4005, 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) FAR 52.000-4005, 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 Tuesday, September 16, 2008, 3:00 p.m. local standard time using either facsimile at (910) 396-7872, e-mail at anne.m.talbot@us.army.mil, or mail to Regional Contracting Center-Fort Bragg, Bldg. 2-1105 Macomb Street, Fort Bragg, NC 28310-5000.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b3f406e04febba3c74f31ed6c295b191&tab=core&_cview=1)
 
Place of Performance
Address: Mission and Installation Contracting Command (MICC) MICC Center - Fort Bragg, ATTN: SFCA-SR-BR, Building 2-1105, Macomb Street Fort Bragg NC<br />
Zip Code: 28310-5000<br />
 
Record
SN01662588-W 20080910/080908220237-b3f406e04febba3c74f31ed6c295b191 (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.