Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOLICITATION NOTICE

X -- Modification to solicitation to include extra meeting time and childcare times

Notice Date
2/24/2009
 
Notice Type
Modification/Amendment
 
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
W911RZ09T0102
 
Response Due
2/27/2009
 
Archive Date
4/28/2009
 
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 mountain resort location. The North American Industrial Classification System (NAICS) code for this procurement is 721110. This solicitation will end on 27 February 2009, 12:00 p.m. Mountain Time. The Contractor shall propose the following Contract Line Item Numbers (CLINS): CLIN 0001 Total Lodging _________ CLIN 0002 Total Food and Beverage Charges _________ CLIN 0003 Total Childcare Charges __________ CLIN 0004 Total Audio Visual___________ Total: __________ Statement of Work The total proposed price shall be all inclusive. (Include any incidental charges, i.e. parking, surcharges, etc.) The period of performance is 19-23 March 2009. 1.The maximum numbers for this retreat are as follows: 90 adults and 60 Children, age newborn to 16 years old. The quantities and charges shall not exceed what is authorized and specified in the contract and associated CLINs. 2.The vendor shall provide 47 sleeping rooms as follows: a.43 rooms March 20-22, 2009 (two nights) b.4 rooms March 19-23, 2009 (four nights) These sleeping rooms shall include a queen-sized bed or larger for the adults, beds for children and private baths. The rooms shall include a television and refrigerator. 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). 3.The vendor shall provide buffet meals as follows: a.Friday March 20: i.Adult Dinner ii.Children Dinner b.Saturday March 21: i.Adult Breakfast ii.Children Breakfast iii.Adult Lunch iv.Children Lunch v.Adult Dinner vi.Children Dinner vii.Coffee Breaks for adults during meeting times c.Sunday March 22: i.Adult Breakfast ii.Children Breakfast iii.Coffee Breaks for adults during meeting times 4.The vendor shall provide a conference rooms for training for Friday (1830-2030), Saturday and Sunday mornings (0800-1200 hrs) furnished with round tables, chairs, audio, podium with microphone, proxima projector and screen, and DVD capability to accommodate a total of 90 adults. The vendor shall provide computer connectivity with audio and video capability for government provided computers. Conference rooms shall have air-conditioning and heating capability for climate control. 5.The vendor shall provide a separate conference room located in the same building in close proximity to the meeting room to accommodate vendor-provided childcare services. Services shall be provided by a licensed childcare provider. Services are required on Friday 1830-2045, Saturday and Sunday Mornings from 0800-1230 and Saturday night from 1800-2200. This room shall be conducive to setting up a children's activities area. The vendor shall provide computer connectivity with audio and video capability and a large TV and DVD player. All activities and equipment shall be provided by the vendor. 6.CONTRACTOR QUALIFICATIONS AND SPECIFICATIONS: a.The vendor shall be located a minimum of 80 miles from Fort Carson, CO, and a maximum of 160 miles. The vendor shall be capable of providing all services and facilities listed in the Statement of Work on premise. The vendor shall have on-site recreational facilities and be located within five miles of restaurants and ski slopes. 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 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, and past performance. 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 12:00 p.m. Mountain Time on 27 February 2009. 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 9:00 a.m. Mountain Time, 25 February 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f7eb9aeb3c7014f7888cf9f58e2d311d&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
SN01755563-W 20090226/090224220202-f7eb9aeb3c7014f7888cf9f58e2d311d (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.