Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
SOLICITATION NOTICE

X -- Retreat site to accomodate lodging, food, conference facility, child care and audio visual equipment.

Notice Date
4/12/2010
 
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-0117
 
Response Due
4/22/2010
 
Archive Date
6/21/2010
 
Point of Contact
Karen La Bouff, 719-526-3841
 
E-Mail Address
Fort Carson DOC
(karen.labouff@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-0117. Fort Carson intends to award a Firm-Fixed-Price Contract for lodging and conference services within a 10 minute drive from the town of Breckenridge, Colorado. The North American Industrial Classification System (NAICS) code for this procurement is 721110 (the size standard is 7 mil). This solicitation will end on 22 April 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 16-18 July 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 a 10 minute drive from seasonal outdoor recreational activities from the town of Breckenridge, Colorado for 130 adults and 70 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 Total Night Rooms Nights Amount 0001 Sleeping Rooms ________ x 65 x 2 = ___________ (2 adults and up to 3 adolescents each and in accordance with the Statement of Work) CLIN Item Price Per Number of Number of Total Adult Meals Adult Adults Days Amount 0002 Breakfast service ________ x 130 x 2 = ____________ 0003 Lunch service ________ x 130 x 1 = ____________ 0004 Dinner service ________ x 130 x 2 = ____________ (In accordance with the Statement of Work) CLIN Item Price Per Number of Number of Total Childrens Meals Child Children Days Amount 0005 Breakfast service ________ x 70 x 2 = ___________ 0006 Lunch service ________ x 70 x 1 = ___________ 0007 Dinner service ________ x 70 x 2 = ___________ (In accordance with the Statement of Work) CLIN Item Price Per Number of Number of Total Child Children Days Amount 0008 Child Care ________ x 70 x 2 = ____________ (During training hours in accordance with the Statement of Work) CLIN Item Total Amount 0009 Conference Room & Audio/visual equipment $___________ (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 1. Lodging Requirements: The hotel/lodging shall be located within a 10 minute drive from seasonal outdoor recreational activities from the town of Breckenridge, Colorado area. The maximum numbers for this requirement are 130 adults and 70 children. A total of 65 private rooms are needed. Lodging room shall have at least 2 queen sized beds or larger and be capable of accommodating additional beds (rollaway), baby crib for children inclusive in the cost of lodging. The rooms shall have a private bathroom, telephone, and television set. All services in this statement of work shall be provided on site. The total proposed price shall be all inclusive, including any incidental charges (i.e. parking, surcharges, resort fees etc.) with the exception of phone, room service, and in-room entertainment charges. Incidental room and phone charges are the responsibility of the person occupying the room. Check in time shall be no later than 1800. Checkout shall be no sooner than 12:00 p.m. 2. Food and Beverage Buffet Requirements: All meals shall be served buffet style. Each buffet shall include the following at a minimum: Breakfast: Eggs, pancakes or waffles, meat, bread or muffins, juice, water, coffee and tea. Lunch: One entre (prefer two), two side dishes, dessert and beverages. Dinner: Two entrees, two side dishes, bread, salad, dessert and beverages. Adult meals: A. Breakfast- 17, 18 July (0800 0900). B. Lunch - 17 July (1200 1300) C. Dinner- 16, 17 July (1800-1900) D. Coffee, tea and water shall be provided during training times. Coffee shall be kept warm during training times. Friday (July 16) 1815-2045, Saturday (July 17) 0915-1145, 1445-1715, 1830-2130 Child meals: A. Breakfast- 17, 18 July (0800 0900). B. Lunch - 17 July (1200 1300) C. Dinner- 16, 17 July (1800-1900) (With 10 booster seats and 10 high chairs for all meals.) 3. Conference Space: Location of the conference space shall be within 300 feet from the lodging. 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, and audio and visual hook ups. Services required include: Three medium sized conference rooms for the training activities able to accommodate 130 adults and dinning able to accommodate 200 people including children. A separate room for dinning is acceptable. One room for childcare is required as described in paragraph 4. The conference room is required to accommodate 130 adults, in addition to room for service and dinning, if applicable. The training rooms shall be furnished with 130 chairs and 2 tables to accommodate 130 adults with space for group role play. Two projector screens are required for presentation materials and must be viewable by all occupants in the room. Two sound systems are required and shall be compatible with Government supplied computers and projectors. Two podiums with microphone and two wireless microphones are required. Climate control capability for heating or air conditioning is required. Power outlets (minimum 8) are also required. Conference room times are: 16 July (1815-2045) & 17 July (0915-1145, 1445-1715, 1830-2130) 4. Childcare: Childcare shall be provided in a separate conference room in close proximity to the meeting rooms. The contractor shall provide licensed childcare providers for children as listed below. The room shall be conducive to setting up childrens activities. All activities and equipment shall be provided by the vendor. Childcare is needed on 16 July (1815-2045) & 17 July (0915-1145, 1445-1715, 1830-2130). Approximate ages of the children are as follows: 03 years old20 4-6 years old20 7-9 years old20 10-12 years old 10 The above ages are estimated and the final totals for each age group will be provided to the awardee by close of business 30 JUN 2010. 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 is 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. Telephone inquiries will not be accepted and all questions concerning this solicitation should be addressed to Karen Y. La Bouff, Contract Specialist via email to Karen.LaBouff@us.army.mil. All questions or inquires must be submitted in writing prior to 12:00 p.m. Mountain Time, 21 April 2010. All responses must be received by 12:00 p.m. Mountain Time on 22 April 2010. Quotes received after this time will not be considered. Quotes may be e-mailed to Karen.LaBouff@us.army.mil. An official authorized to bind your company shall sign the quote. The food and beverage menus should be included in your quote. The contractor is required to submit a copy of FAR clause 52.212-3 with their quote. If ORCA has been completed, the contractor only needs to fill out section (b). 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/87d9127f2f9d23e8f704188faa23ee67)
 
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
SN02119512-W 20100414/100412234956-87d9127f2f9d23e8f704188faa23ee67 (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.