Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2008 FBO #2505
SOLICITATION NOTICE

V -- 16th Military Police Brigade Strong Bonds Couples Retreat 17-19 October 2008, Keswick, VA

Notice Date
10/3/2008
 
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
W9124709T0005
 
Response Due
10/7/2008
 
Archive Date
12/6/2008
 
Point of Contact
Uche Washington, (910) 907-5289<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This Solicitation document W91247-09-T-0005 is issued as a Request for quote (RFQ) in accordance with the Governments requirement. This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-18, effective June 30, 2007. This requirement will be set aside for small businesses and only qualified offerors may submit bids. This solicitation is issued under FAR PART 13-Simplified Acquisition Procedures. This requirement is to provide lodging rooms, meals, conference rooms, parking spaces and audio/visual equipment capable of accommodating 55 participants in Keswick, VA. 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. A detailed Statement of Work is provided below. For further information please email uche.washington@ us.army.mil. 1. Statement of Work 1. General. 16th Military Police Brigade Strong Bonds Couples Retreat 17-19 October 2008, Keswick, VA 2. Scope of Work. 2.1. Lodging: Lodging: Total of twenty (20) double occupancy rooms modern, clean, carpeted suites, ocean front rooms that will accommodate 2 people per room for overnight stay on 17 October through 19 October 2008. Rooms / Contract will allow for up to 40 adults and 15 children. An early check-in time is requested between 1600-1800 on 17 October 2008. A late checkout of 0900 on 19 October 2008. Indoor activities for all participants including fitness room and indoor pool. 2.2.Food: All meals will be provided in a private dinning room: All meals are required to be hot. a.Buffets for up to 40 adults and 15 children (ages 9 and below) b. Friday Dinner, 17 October 200, from 1800-2000 c.Saturday and Sunday Lunch, 18 October 2008 and 19 October 2008 (lunch box), from 1130-1300. d.Saturday and Sunday Breakfasts, 18 October 2008 and 19 October 2008, 7:00 9:00 2.3.Meeting Space: Clean carpeted conference rooms / Meeting rooms are required 18 October 2008 and 19 October 2008. Modern, clean, carpeted conferencing space / meeting rooms as listed below: i) One (1) Meeting space for 40 adults for General Sessions: This space is required 18 October 2008 (800 to 1800) and 19 October 2008 (830 to 1130). ii) One (1) Meeting space for 15 children for General Sessions: This space is required 18 October 2008 (800 to 1800) and 19 October 2008 (830 to 1130). iii) Respective number of padded chairs will be set-up conference style with tables to write on facing a center podium. 2.4. Parking: Dedicated hotel parking for 40 POVs at no additional cost on-site. 2.5. Audio/Visual Equipment: Required 17 October 2008 19 October 2008. i) Microphone and sound system are to be separate from podium, to include additional cordless microphone. ii) Large projection screen upon which Video Projector and DVD player can project image. iii) A wireless lappel microphone will be provided with a sound system for use during the entire time. iv) Set-up and teardown of the equipment is required. 2.6. Service Fee: ONLY IF APPLICABLE MUST STATE PERCENTAGE. 3. Facilities requirement: It is mandatory that all aforementioned requirements be provided at a single facility capable of housing and feeding personnel in an atmosphere of quality that will enable stronger communication between participants. The retreat location/complex must be within walking distance of local dining establishments in order for participants to enjoy their Saturday meal at a location of their choosing. 4. The following clauses apply to this acquisition: FAR 52.000-4005 (see paragraph a below), FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, FAR 52.204-7 Central Contractor Registration, 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. a. Electronic invoicing is mandatory in accordance with DFARS 252.232-7003. For electronic commerce information pertaining to DFAS web invoicing (WinS), which enables the current paper based vendors to submit invoices electronically, at little or no cost, visit the following DFAS web site: http://www.dfas.mil/ecedi. TO ACCESS PAYMENT STATUS ELECTRONICALLY: www.dod.mil/dfas/. Payment will be made by: Defense Finance and Accounting Services (DFAS), DFAS ROME 325 BROOKS ROAD, ROME, NE 13441-4511, Customer Service 315-330-6152, Fax: 315-330-6160. Payment will not be made under this contract until all items have been received and accepted. b.Applicable clauses under FAR 52.212-5: 52.219-6 Notice of Total Small Business Set-Aside, 52.219-14 Limitations on Subcontracting, 52.222-3 Convict Labor, 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 52.222-41 Service Contract Act of 1965, as amended, 52.222-42 Statement of Equivalent Rates for Federal Hires. c.Applicable clauses under DFARS 252.212-7001: 252.225-7001 Buy American Act and Balance of Payments Program. d.Clauses Incorporated By Reference (Feb 1998); 252.204-7004, REQUIRED CENTRAL CONTRACT REGISTRATION (FEB 1999). Individuals are not required to register in CCR; however, all individuals functioning as businesses who desire to do business with the federal government are considered (Sole Proprietors) and are required to register in CCR. In order to be considered please proceed to https://www.bpn.gov/CCRSearch/Search.aspx and register as soon as possible; 252.246-7000, Material Inspection and Receiving Report (MAR 2003); 52.000-4029, Accounting for Contract Manpower Reporting (OCT 2005); 52.212-5 FACSIMILE PROPOSALS (OCT 1997, DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.204-7004. 5. 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 sub-contractor 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 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 sub-contractors); (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); (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 purpose of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (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. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. 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. 6. Quote submission shall be forwarded by Tuesday, 7 Ocyober 2008, 12:00 a.m. local standard time using either facsimile at (910) 396-7872 or email at uche.washington@us.army.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0bce412dfe90b4681dd1d925359fb867&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC<br />
Zip Code: 28310-5000<br />
 
Record
SN01688065-W 20081005/081003221606-0bce412dfe90b4681dd1d925359fb867 (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.