Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2008 FBO #2538
SOLICITATION NOTICE

X -- STRONG BONDS RETREAT MYRTLE BEACH 14-16 NOVEMBER 2008 SOUTH CAROLINA

Notice Date
11/5/2008
 
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
W9124709T0025
 
Response Due
11/10/2008
 
Archive Date
1/9/2009
 
Point of Contact
richard.owen.egger, 910-907-5112<br />
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION (i)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; quotations are being requested and a written solicitation will be issued. (ii)Solicitation W91247-09-T-0025 is issued as a Request for Quotation (RFQ). (iii)This Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18, effective 22 April, 2008. (iv)This requirement is unrestricted and only qualified offerors may submit offers. This solicitation is issued under FAR PART 13-Simplified Acquisition Procedures. This requirement is to provide modern, clean and carpeted lodging rooms, meals and conferencing capable of accommodating 80 adults, and 60 children in Myrtle Beach, South Carolina. 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. (v) CLIN 0001: The contractor shall provide forty (40) each clean, carpeted rooms with Beach-Access to Myrtle Beach, for two nights. Type of Room: Oceanside, Double Bed Check In Date: 14 NOV 2008, Time In: 4:00 pm. Check Out Date: 16 NOV 2008. Check Out Time: 11:00. All rooms to be located in the same complex, and shall be Non Smoking Rooms. CLIN 0002: The contractor shall provide adult conference room for eighty (80) participants to include chairs, and tables for writing activities. Meeting space for 80 people for General Sessions 14 NOV 2008 from 1 PM until 5 PM, and 15 NOV 2008 from 8 AM until 5 PM. CLIN 0003: Audio visual adult conference room, center podium (with microphone and sound system, to include additional cordless microphone). LARGE projection screen upon which Video Projector and DVD player can project image. All cabling and power cords to connect DVD and Laptop (user will supply) with sound mini-jack and standard VGA connection, to both the sound system AND the video projector will be provided in the contracted price, including setup and teardown. CLIN 0004: Child Conference Room Dates, and Times: Two (2) Meeting Spaces for +/- 60 children up to 12 years of age. Each room for childcare will have 4 each, 6-foot tables and skirts along back wall. This space required 14 NOV 2008 from 1 PM until 5 PM, and 15 NOV 2008 from 8 AM until 5 PM. CLIN 0005: The contractor shall provide two (2) Adult Lunch Buffet Style for eighty (80) adults. 15 Nov 08, 16 Nov 08 between the hours of noon and 1:30 pm. CLIN 0006: The contractor shall provide two (2) Children Lunch Buffet Style, sixty (60) children. 15 Nov 08, and 16 Nov between the hours of noon and 1:30 pm. CLIN 0007: The contractor shall provide two (2) Adult Breakfast Buffet Style Breakfast, for eighty (80) adults. 15 Nov 08 7:00-8:30 am, 16 Nov 08 7:00-8:30 am CLIN 0008: The contractor shall provide two (2) Children Breakfast Buffet Style, thirty (30) children. 15 Nov 08 7:00-8:30 am, 16 Nov 08 7:00-8:30 am (vi) Performance Work Statement 1. General. Strong Bonds Retreat 14-16 November 2008, Myrtle Beach, SC. 2. Lodging: Forty (40) each clean, carpeted hotel rooms, lodging for two (2) nights only (14-16 November 2008) in a Hotel Beach-Access area to Mrytle Beach, South Carolina. 2.1. Food: As listed below, or comparable for up to 80 Adults, and 60 Children. a.On-site meal options for Breakfast Buffet, and Lunch Buffet. b. 15-16 Nov, 2008 (noon-1:30 pm) Lunch Buffet c. 15-16 Nov, 2008 (0700-0830 am) Breakfast Buffet 2.2. Meeting Space: Modern, clean, carpeted Conference Space / Meeting Room. a. Clean, carpeted Conferencing Space / Meeting Rooms as listed below: b. Three (3) Meeting spaces one (1) for 80 people for Meetings and General Sessions with tables. The second, third meeting room will be used for children activities. Respective number of chairs will be free floating. 2.3 Audio Visual Equipment: Visual screens, Projection, and sound system for first conference room. (vii)This requirement is for delivery FOB (Destination) to the, Fort Bragg, NC. The Period of Performance for this requirement shall be 14-16 November 2008. (viii)FAR 52.212-1, Instructions to Offerors, Commercial Items. Offeror prices shall be submitted on the Schedule of Supplies and Services listed at item (vi) Performance Work Statement (PWS). (ix)FAR 52.212-2, Evaluation, Commercial Items. Lowest price determined fair and reasonable. The Government intends to award a contract to the responsible offeror who offers the lowest reasonable price. (x) The provisions at 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this solicitation. DFARS 252.212-7000, Offeror Representations and Certifications. Commercial Items, are applicable to this requirement. Offerors shall include a completed copy of the aforementioned Representations and Certifications with quote. (xi) The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii)The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: (16), (18-20), and (33). (xiii)The clause at 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, applies to this acquisition. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/. The following sub-paragraphs identified within DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, are considered checked and are applicable to this acquisition: DFARS 252.232-7003 Electronic Submissions of Payment Requests. Additionally the following clauses and provisions are added to this combined synopsis/solicitation and considered applicable to this acquisition: 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 (Alt A), Central Contractor Registration; and 252.225-7000, Buy American Act--Balance of Payments Program Certificate. Award can only be made to contractors registered in the Central Contractor Registration web page, http://www.ccr.gov. (xiv)The Defense Priorities and Allocation System (DPAS) is not applicable to this acquisition. (xv)There are no Numbered Notes that apply to this acquisition. (xvi)Quotation submission shall be forwarded by Monday, November 10, 2008, Noon Local Eastern Standard Time, via e-mail to richard.owen.egger@us.army.mil or by fax 910-396-7872. (xvii)The assigned Contract Specialist is Mr. Richard Egger, and can be reached at 910-907-4738 or richard.owen.egger@us.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1f1f015be0f0dfa65b84e253d6d86aef&tab=core&_cview=1)
 
Place of Performance
Address: MICC, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 2-1105, Macomb Street Fort Bragg NC<br />
Zip Code: 28310-5000<br />
 
Record
SN01700985-W 20081107/081105215002-1f1f015be0f0dfa65b84e253d6d86aef (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.