Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2009 FBO #2672
SOLICITATION NOTICE

X -- 2/12 IN Married and Single Soldier Retreat

Notice Date
3/19/2009
 
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
W911RZ-09-T-0118
 
Response Due
3/31/2009
 
Archive Date
5/30/2009
 
Point of Contact
Lisa Benjamin, 719-526-2416<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation prepared in accordance with the format contained FAR Subpart 12.6. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. A QUOTE IS REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Quotes shall reference Request for Quotes (RFQ) number W911RZ-09-T-0118. This announcement incorporates provisions and clauses in effect through Federal Acquisition Circular 05-27. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. This requirement will be unrestricted. The NAICS code for this procurement is 721110 with a small business size standard of $7.0 million. Quotes shall include firm fixed pricing of: CLIN, ITEM DESCRIPTION,QTY,U/I, 0001,Family Rooms,100Each, Deluxe Suites for 100 families adults and 55 children for one night. Suites shall have one king bed and another area for a pull out queen size bed. In addition, each room will have a microwave and refrigerator. Rooms must come with a private bath and television. 0002,Single Rooms,50Each, Double Bed Rooms for 100 single soldiers for one nights. Deluxe Rooms shall have two queen beds. In addition, each room will have a microwave and refrigerator. Rooms must come with a private bath and television. 0003,Friday Lunch, 255Each, Lunch for 200 Adults and 55 Children. The lunch must be plated and not buffet style. 0004,Saturday Breakfast, 255Each, Breakfast Buffet for 200 adults and 55 children 0005,Saturday Lunch, 355Each, Lunch for 300 adults and 55 children. This meal must be plated and not buffet style. 0006,Sunday Breakfast, 100Each, Adult Breakfast for 100 adults buffet style 0007,Child Care, 55Each, The vendor shall provide childcare services by a licensed/certified childcare provider for 9 hours for 50 children. A meeting area will be required for child care services provided by the retreat center for children ranging in ages from newborn to 3 years of age = 25 ea and 4 -12 years of age = 30 ea. The by hours requirement is as follows: Friday afternoon 1300-1600 & 1900-2100, and Saturday morning 0900-1200. The vendor shall provide computer connectivity with audio and video capability and audio and video equipment. 0008,Conference Rooms/ AV Package, 2Each, Vendor shall provide one conference room for adult training Fri Sun, furnished with round tables, chairs, audio, proxima projector, and DVD capability to accommodate 200 adults. Also provide computer connectivity with audio and video capability for government provided computer. A second room shall be provided for Fri and Sat, furnished with 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. The period of performance for this requirement is 24 April 26 April 2009. STATEMENT OF WORK 1. The vendor shall be located within a 15 mile radius of Downtown Denver, CO. 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/certified childcare provider for the childcare services. The vendor shall have on-site recreational facilities. 2. The vendor shall host 100 families from 24-25 April 2009, and 100 Single Soldiers from 25-26 April 2009. Rooms will consist of 100 Deluxe Rooms (for families) for one night beginning on 24 April 2009, with checkout by noon on the afternoon of 25 April 2008, and 50 Double Bed Rooms (for single Soldiers) on the night of the 25 April 2009, with checkout by noon on the 26 April 2009. 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 quantities and charges will not exceed what is authorized and specified in the contract and associated CLINs. 3. The vendor shall provide meals as follows: a.Friday, 24 April 2009: (Plated) from 1130 1300. (1) Adult Lunch for 200 adults (2) Children Lunch for 55 Children. b.Saturday, 25 April 2009: (1) Adult Breakfast for 200 Adults (Buffet) from 0730 - 0900. (2) Children Breakfast for 55 Children (Buffet) from 0730 0900. (3) Adult Lunch for 300 Adults (Plated) from 1100 1300. (4) Children Lunch for 55 Children (Plated) from 1100 1300. c. Sunday, 26 April 2009: (Buffet) from 0730 0900. (1) Adult Breakfast for 100 Adults 4. From 24-25 April 2009, the vendor shall provide two conference rooms, one for training on Friday and Saturday and the other for childcare. Only one conference room will be needed on Sunday, 26 April 2009 for training only. 5. The conference rooms from the 24-25 April 2009 will be furnished with round tables, chairs, audio, proxima projector, and DVD capability to accommodate a total of 200 adults in the first room and 50 children in the second room (the childrens room will be conducive to the setting up of a children's activities area). The conference room on the 26 April 2009 will be furnished with round tables, chairs, audio, proxima projector, and DVD capability to accommodate a total of 100 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. 6. Times for the conference rooms are as follows: a. Conference room 1: Friday, 24 Apr 09 from 1100- 1600. Saturday, 25 Apr 09 from 0700 1600. Sunday, 26 Apr 09 from 0700-1300. b. Conference room 2 (Childcare): Friday, 24 Apr 09 from 1300 2100. Saturday, 25 Apr 09 from 0900-1400. 7. The vendor shall provide childcare services by a licensed/certified childcare provider for 9 to hours of child care for 55 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: (1) Friday Afternoon: 6 hours, 1300-1600 & 1900-2100 (2) Saturday Morning: 3 Hours, 0900-1200 8. The vendor will only bill the contract against the number of persons reported with 48-hours notice by the Government. The quantities and charges will not exceed what is authorized and specified in the contract and associated CLINs. 9. Vendors providing a bid shall provide: a.List of menu items provided. b.Certification of childcare providers. c.List of childcare activities. CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at http://farsite.hill.af.mil. 52.212 -4 Contract Terms and Conditions-Commercial Items (Feb 2007); The provision of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jun 2008) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.222-3, Convict Labor (June 2003) (E.O. 11246); 52.222-19, Child Labor (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar, 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-13, Restrictions on Certain Foreign Purchases, (Jun 2008); 52.222-52, Exemption from Application of the Service Contract Act to Contracts for Certain Services Certification (Nov 2007); 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003) (31 U.S.C 3332); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); and 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items (Mar 2008). PROVISIONS INCORPORATED BY REFERENCE: Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items. FAR 52.212-1 is supplemented per following addenda: Contractor shall submit their quote electronically via email, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, and an overall total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, any discount terms, cage code, DUNS number, tax ID or size of business, delivery days, acknowledgement of solicitation Amendments (if any), warranty information, shipping/handling charges (must be specified), and FOB. To be eligible for an award, contractor shall 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. The provision at 52.212-2, Evaluation--Commercial Items applies to this acquisition. 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 offer: technical, price, certifications, and activities offered. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable. 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. The provision at 52.212-3, Offerors Representations and Certifications Commercial Items. (Jun 2008) applies to this acquisition. A completed copy shall be submitted with your quote or completed online at the ORCA website. All questions shall be submitted in writing to Lisa Benjamin, Contract Specialist, at lisa.benjamin@us.army.mil by 26 Mar 09, no later than 1:00 p.m. MT. No phone calls will be accepted. Quotes shall be received via email at lisa.benjamin@us.army.mil or fax 719-526-4490, no later than 12:00 PM. MT, 31 Mar 09. Late quotes will not be accepted in accordance with FAR 52.212-1. Offerors who do not comply with all requirements of this synopsis/solicitation may be eliminated from competition. Any amendments that may be issued will be published via Fedbizopps.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=51ac17851fee05d1cc643c91f418a2e3&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
SN01772747-W 20090321/090319215436-51ac17851fee05d1cc643c91f418a2e3 (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.