Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2010 FBO #3024
SOLICITATION NOTICE

X -- Conference and Lodging Space-Marriage Retreat 12-14 March 2010

Notice Date
3/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Fort Carson DOC, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-10-T-0078
 
Response Due
3/8/2010
 
Archive Date
5/7/2010
 
Point of Contact
Stephanie Fraterelli, 719-526-0324
 
E-Mail Address
Fort Carson DOC
(stephanie.fraterelli@us.army.mil)
 
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 is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and Far part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, Solicitation Number W911RZ-10-T-0078. Fort Carson intends to award a Firm-Fixed-Price Contract for lodging and conference services located within the Denver, CO area. The North American Industrial Classification System (NAICS) code for this procurement is 721110. This solicitation will end on 8 March 2010, 12:00 p.m. Mountain Time. Quotes received after this time will not be considered. The total proposed price shall be all inclusive (include any incidental charges, i.e. parking, surcharges, etc). Individual room charges will be the responsibilities of the person occupying the room. The period of performance is 12-14 March 2010. The quantities and charges shall not exceed what is authorized and specified in the contract and associated CLINs. Contractor qualifications and specifications. The vendor shall be located within the Denver, CO area for 30 married couples and 46 children to include lodging, childcare, food, conference space, and audio/visual equipment. The vendor must be capable of providing all services and facilities listed in this solicitation on premise. The Contractor shall propose the following Contract Line Item Numbers (CLINS): CLIN ItemPrice Per Number of Number of Night Rooms Nights Total Amount 0001 Sleeping Room x 32 x 2 = ___________ (2 adults and up to 3 adolescents each) CLIN Item Price Per Number of Number of Adult Adults Days Total Amount 0002 Breakfast service x 63 x 2 =____________ 0003 Lunch service x 63 x 2 = ____________ 0004 Semi Formal_________ x 63 x 2 = ____________ Dinner service CLIN Item Price Per Number of Number of Child Children Days Total Amount 0005 Breakfast service x 46 x 2 = ____________ 0006 Lunch service x 46 x 2 = ____________ 0007 Dinner service x 46 x 2 = ____________ CLIN Item Price Per Number of Number of Child Children Days Total Amount 0008 Child Care _________ x 46 x 3 = ____________ (During training hours in accordance with the Statement of Work) CLIN Item Total Amount 0009 Conference Room & Audio/visual (In accordance with the Statement of Work) ___________ CLIN Item Total Amount 0010 Refreshments (In accordance with the Statement of Work)____________ Total Price ____________ STATEMENT OF WORK for Strong Bonds Retreat for Married Couples SCOPE OF WORK: This contract will be executed on 12-14 Mar 2010. There will be 30 married couples and 46 children attending. Services to be provided shall include: a. An off-site location that is located within the Denver, CO area. b. 32 total lodging rooms to include at a minimum of 2 queen sized beds or larger for couples and a sofa bed/rollaway to accommodate children. Rooms shall include a bathtub for children accommodation. The lodging shall be within a reasonably short walking distance of the conference center where the training sessions will be conducted. The lodging must be co-located within the conference center for easy access from lodging accommodations to conference room and meals. c. A conference meeting room large enough to accommodate 65 people set up theater style with rectangle tables to accommodate 4 people per table seated on one side facing presentation area. Also two extra tables in conference room for training materials and projection equipment. d. A space provided in the lobby area with a table provided for couples to register with hosting Chaplain/Chaplain Assistant upon their arrival. e. Audio / visual equipment package to include a projection screen that is large enough for everyone in the room to view comfortably. The projection system shall be able to adapt to a computer for projecting information to be viewed by all attendees. The audio system shall have the capability of projecting sound from computer files. There shall be one microphone at the podium, one wireless remote microphone, and one lapel microphone for the speakers. Unit Ministry Team (UMT) can provide a proxima, if needed or it reduces cost. f. Water, coffee, tea, and beverage service during the training sessions, Friday, 12 March 1900-2100 hrs, Saturday, 13 March 0900-1200 hrs, and Sunday, 14 March from 0900-1130 hrs. g.Food and Beverage: Meals should be consumed in a separate area than the conference room where the training sessions are held. It should accommodate 65 people with round top tables seating 8. The breakfast buffet meal to shall be served to all participants one hour prior to the first session on Saturday and Sunday. The lunch buffet on Saturday shall be served immediately after the morning training session. For Sunday, request a buffet lunch or a food voucher per person equivalent to the cost-per-person for the buffet to be used at a/the food venue provided at the resort/hotel (vouchers cannot be used to purchase alcohol). A buffet style dinner meal served in the evening hours on Friday night. As a final training session on Saturday, a date-night sit-down, and served dinner to be provided on Saturday night with entre option (i.e., Beef, Chicken, or Vegetarian). This dinner should include 4 courses: appetizer, salad and bread, entre, and a desert. Inquire what the off-site location could accommodate to provide individual couple/date table configurations. This configuration should consist of only one couple per table or no more than 2 couples (4 people) per table in order to emphasize a date atmosphere, denoting a special evening. There should be a separate room for children to eat dinner in. Friday, 12 March 2010: i.1400-1700Arrival, Room Assignments, and Administrative Matters ii. 1800-1900Dinner iii.1900-2030Session 1: Five Love Languages Survey and Overview Saturday, 13 March 2010: i.0800-0900Breakfast ii.0900-1000Session 2: Words of Affirmation iii.1000-1100Session 3: Quality Time/Session 4: Acts of Service iv.1100-1200Session 5: Physical Touch v.1200-1300Lunch vi.1300-1400Session 6: The #1 Key to the Best Possible Sex (Part 1) vii.1300-1800Relationship Building Practicum viii.1800-1930Date Night (Dinner) ix.1930-2030Session 7: The #1 Key to the Best Possible Sex (Part 2) Sunday, 14 March 2010: i.0800-0900Breakfast ii.0900-1100Session 6: Renewing the Marriage Covenant/Evaluations iii.1100-1200Lunch iv.1200 Check-Out/Depart to Fort Carson h. On-site child-care service. There should be at least one room for children 2 years of age and under and at least one room for children 3 years of age and up. There should be certified child care providers on-site to provide child care during training sessions. Child-care services should begin 30 minutes prior and end 30 minutes after training sessions. Time duration for Saturday evening child-care would be 1730-2130. AGENumber of Children 0-216 3-616 7-1010 11-13 4 4. GENERAL INFORMATION. The contractor is responsible for providing all necessary materials to assist in the performance of the conference to include room set-up, room tear down, audio visual hook ups and operation unless otherwise noted or agreed upon in advance. 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), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-50 (Combat Trafficking in Persons), 52.225-13 (Restrictions on Certain Foreign Purchases), 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration), 52.252-2 (Clauses Incorporated by Reference), 252.204-7004 Alt A (Central Contractor Registration), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.225-7001 (Buy American Act and Balance of Payments), 252.225-7002 (Qualifying Country Sources as Subcontractors), 252.232-7003 (Electronic Submission of Payment Requests) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation that has the lowest price. 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. All responses must be received by 12:00 p.m. Mountain Time on 8 March 2010. Quotes received after this time will not be considered. Quotes may be e-mailed to stephanie.fraterelli@us.army.mil. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/98ab64f4b02a7d766b19ffb3d8ee468a)
 
Place of Performance
Address: Fort Carson DOC Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN02083668-W 20100306/100304235453-98ab64f4b02a7d766b19ffb3d8ee468a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.