Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2010 FBO #3064
SOLICITATION NOTICE

U -- JCLC ENCAMPMENT: PUNTA GORDA, FLORIDA AREA

Notice Date
4/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721214 — Recreational and Vacation Camps (except Campgrounds)
 
Contracting Office
Fort Knox Contracting Center, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
 
ZIP Code
40121-5000
 
Solicitation Number
W9124D10PXXX8
 
Response Due
4/20/2010
 
Archive Date
6/19/2010
 
Point of Contact
Mary C. Halterman, 502-624-6547
 
E-Mail Address
Fort Knox Contracting Center
(mary.halterman@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. LODGING, TRAINING, MEALS, EQUIPMENT AND FACILITIES FOR CADETS AND CADRE DURING JCLC TRAINING IN THE PUNTA GORDA, FLORIDA AREA 26-30 JUNE 2010. This is a combined synopsis/solicitation for commercial services prepared in accordance with the formant in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes only the solicition. Offers are being requested and a written solicitation will not be issued. W900NB0083J062 is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP) in Subpart 13.5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 01-25. The NAICS code is 721214. The small business standard is $7.0 million. This acquisition is solicited unrestricted. This procurement is for a firm fixed priced contract. The period of performance is 26-30 JUNE 2010. The clauses and provisions referenced in this solicitation may be obtained in full text form at http://www.arnet.gov/far. Scope of contract: The contractor shall provide meals, refreshements, lodging, training, equipment and facilities/facilitators for approximately 300 CADETS/50 CADRE in the Jacksonville, Florida area during the period 26-30 June 2010. Contractor shall provide meals, lodging, facilities usage and facilitators as identified below. Award will be made in the aggregate to the lowest priced, responsive, responsible offeror. Failure to submit an offer on all items will render the offer non-responsive. OFFEROR SHALL COMPLETE THE FOLLOWING INFORMATION: DUNS NUMBER: ______________________ CAGE CODE: _______________________ FED TAX ID#:______________________ FEMA NUMBER: __________________ PHONE NO:______________________ FAX NO: _______________________ E-MAIL ADDRESS: ______________________ PROMPT PAYMENT TERMS: _________________ NOTES: 1. QUESTIONS CONCERNING THIS SOLICITATION MUST BE SUBMITTED IN WRITING AND MAY BE E-MAILED TO MARY.HALTERMAN@US.ARMY.MIL 2. AMENDMENTS, IF ANY, WILL BE POSTED TO THE FEDBIZ OPS. IT IS THE CONTRACTORS RESPONSIBILITY TO CHECK FOR AND ACKNOWLEDGE AMENDMENTS. 3. TIME AND DATE FOR RECEIPT OF PROPOSALS IS 2:00 P.M., FORT KNOX LOCAL TIME, ON 20 APRIL 2010. NOTE: QUOTES MAY BE SUBMITTED USING THE FOLLOWING METHODS: 1. Mail to MICC CENTER FORT KNOX, ATTN: CCME-RCK, Bldg 1109B, Ste 250, 199 6th Ave, Fort Knox, KY 40121-5720. OR 2. E-mail to mary.halterman@us.army.mil. QUOTES SUBMITTED VIA FAX WILL NOT BE ACCEPTED. ITEM # SUPPLIES/SERVICES QTYUNITUNIT PRICE AMOUNT 0001 CADET MEALS1LOT$__________ $______________ 26-30 JUNE 2010: BREAKFAST, LUNCH AND DINNER FOR APPROXIMATELY 300 CADETS DAILY AS IDENTIFIED BELOW. QUOTE SHALL INCLUDE PROPOSED DAILY MENUS. UNIT PRICE SHALL INCLUDE ALL PREPARATION, CLEANUP, AND UTINSELS. BREAKFAST (1850): 27-30 JUNE: 300 CADETS/DAY ` 1200@ $_______________EACH LUNCH (1825): 27-30 JUNE: 300 CADETS/DAY: 1200 @ $_____________EACH DINNER (1825): 26-29 JUNE: 300 CADETS/DAY 1200 @ $______________EACH ITEM # SUPPLIES/SERVICES QTYUNITUNIT PRICE AMOUNT 0002 CADRE MEALS1LOT$__________ $______________ 26-30 JUNE 2010: BREAKFAST, LUNCH AND DINNER FOR APPROXIMATELY 75 CADRE DAILY AS IDENTIFIED BELOW. QUOTE SHALL INCLUDE PROPOSED DAILY MENUS. UNIT PRICE SHALL INCLUDE ALL PREPARATION, CLEANUP, AND UTINSELS. BREAKFAST (200):27-30 JUNE: 50 CADRE/DAY 200 @ $______________EACH LUNCH (200): 27-30 JUNE: 50 CADRE/DAY 200 @ $______________EACH DINNER (200): 26-29 JUNE: 50 CADRE/DAY 200 @ $______________EACH ITEM # SUPPLIES/SERVICES QTYUNITUNIT PRICE AMOUNT 0003 LODGING/1LOT$__________ $______________ FACILITY USAGE 26-30 JUNE 2010 AS DEFINED BELOW: FACILITIES ( TO INCLUDE COPE COURSE AND TOWER, SWIMMING POOL, DINING FACILITY, LAKE WITH CANOES AND LIFE JACKETS AND PADDLES, FITNESS TRAILS, TRAINING FACILITY, CRAFT FACILITY, CAMP SITES, SHOWERS, LATRINES AND INFIRMARY FOR 300 CADETS/50 CADRE DAILY. UNIT PRICE SHALL INCLUDE ICE, ICE COOLERS, SLEEPING PLATFORMS, TENTS, COTS, MOSQUITO NETTING, ROPES, HELMETS, CLIMGING GEAR, 24 HOUR EMS STAFF, FOOD PREP AND CLEANUP, TRAINED STAFF FOR: COPE COURSE, LIFEGUARDS, AQUATICS TRAINING AND WATER SPORTS, AND SANITATION AND CUSTODIAL STAFF FOR FACILITIES MAINTENANCE. ITEM # SUPPLIES/SERVICES QTYUNITUNIT PRICE AMOUNT 0004 CMR1EACH$__________ $______________ CONTRACT MANPOWER REPORT, POST EVENT AS DIRECTED BY THE SECRETARY OF THE ARMY IN ACCORDANCE WITH THE GUIDANCE PROVIDED HEREIN. QUOTES RECEIVED WITHOUT AN IDENTIFIED PRICE WILL BE CONSIDERED PROVIDED AT NO ADDITIONAL COST TO THE GOVERNMENT. INSPECTION AND ACCEPTANCE Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001-0004Origin Government Origin Government The following provisions and clauses apply to this acquisition: 52.204-7 Central Contractor Registration ; 52.212-1 Instructions to Offerors--Commercial Items; 52.212-4 Contract Terms and Conditions--Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 52.212-3 Alt I Offeror Representations and Certifications Commercial Items; 52.212-4, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders Commercial Items. 55.222-41 Service Contract Act of 1965, as amended, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-44 Fair labor Standards Act and Service Contract Act, Price adjustment, 52.226-6 Promoting Excess Food Donation of Nonprofit organizations. In paragraph (b) of 52.212-5, the following apply: 52.219-6, 52.219-28, 52.222-3, 52.222-21; 52-222-26, 52.222-36, 52.225.13, 52.232.33; 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable To Defense Acquisitions Of Commercial Items. In paragraph (a) of 252.212-7001, the following apply: In paragraph (b) of 252.212-7001, the following apply; 252.203-7000, 252.232-7003,In paragraph (c) of 252.212-7001, the following apply; 252.247-7023, Transportation of Supplies by Sea (10 U.S.C. 2631); 252.247-7024, Notification of Transportation of Supplies by Sea (10 U.S.C. 2631) and 242-7023, 252.232-7010. AMC-LEVEL PROTEST PROGRAM If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, Army Materiel Command (AMC). The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 work days from filing. To be timely, protests must be filed within the periods specified in Federal Acquisition Regulation (FAR) 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access in not available, contact the contracting officer or HQ, AMC to obtain AMC-Level Protest Procedures. (End of Provision) CONTRACTOR MANPOWER REPORTING (CMR): Per Secretary of the Army direction, ensuring contractors report the required CMR data is the responsibility of the government official certifying payment, i.e. government representative. The government representative may be the COR, COTR, or the POC responsible for submission of receiving reports. The government representative and the contractor are both responsible for submission of data to the CMR database. The government representative shall report the basic contract information, inclusive of the following: Contract Number; Delivery Order Number (if applicable); Task Order number (if applicable); Unit Identification Code of the Activity Requiring the Services; Command; Total Obligated Dollars; Total Disbursements; Contact Information; Army Management Structure Code (AMSCO); Department Code; Operating Agency; Basic Symbol (BSYM); Fiscal Year Dollars; Element of Resource; Management Decision Execution Package (MDEP). The contractor shall report only the following data: Contract Number; Delivery Order Number (If applicable); Task Order Number (If applicable); Requiring Activity Unit Identification Code; Command; Contractor Contact Information; Federal Service Code; Direct Labor Hours; Direct Labor Dollars; Location Information. The contractor shall provide to the government representative (and the Contracting Officer if required) written certification (i.e. email or letter) that it has completed the CMR report. CONTRACTOR MANPOWER REPORTING The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all required information using the following web address: https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contractor Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor, if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hires, incorporated into this contract by reference at paragraph (c) of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, the following information is furnished: This statement is for information only. It is not a Wage Determination. Employee ClassMonetary Wage -- Fringe Benefits Cook I 18.46 -- 36.45% Food Service Worker 12.71 -- 36.45% Lifeguard 12.13 - 36.45% Recreation Specialist 18.87 - 36.45% WD 05-2125 (Rev.-11) was first posted on www.wdol.gov on 07/28/2009 applies to this solicitation. The full wage determination can be found at : http://www.wdol.gov/sca.aspx Offerors shall include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications Commercial Items. This provision may be obtained at http://www.arnet.gov/far. All responsible sources may submit a quote via email to mary.halterman@us.army.mil FAX quotations will not be accepted. Quotes are due 2pm (EST). 20 April 2010. ARMY ELECTRONIC INVOICING INSTRUCTIONS (Feb 2006) Contractor shall submit payment request using the following method(s) as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. [XX] Wide Area Workflow (WAWF) (see instructions below) [ ] Web Invoicing System (WInS) (https://ecweb.dfas.mil) [ ] American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats (http://www.X12.org and http://www.dfas.mil/ecedi) [ ] Other (please specify)________________________________________________________________ DFAS POC and Phone: __________________________________________________________________ WAWF is the preferred method to electronically process vendor request for payment. This application allows DoD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors electing to use WAWF shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten calendar days after award of this contract/order. WAWF Instructions Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) Rome, NY at 1-00-553-0527 or faxed to 315-709-6859 Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT (Contract Specialist check appropriate line) [ ] Commercial Item Financing [ ] Construction Invoice (Contractor Only) [ ] Invoice (Contractor Only) [ ] Invoice and receiving Report (COMBO) [ X] Invoice as 2-in-1 (Services only) [ ] Performance Based Payment (Government Only) [ ] Progress Payment (Government Only) [ ] Cost Voucher (Government Only) [ ] Receiving Report (Government Only) [ ] Receiving Report with Unique Identification (*UID) Data (Government Only) *UID is a new globally unique part identifier containing data elements used to track DOD parts through their life cycle. [ ] Summary Cost Voucher (Government Only) CAGE CODE: To be provided upon contract award. ISSUE BY DODAAC: W9124D ADMIN BY DODAAC: W9124D INSPECT BY DODAAC: W900NB ACCEPT BY DODAAC: W900NB SHIP TO DODAAC: W91JXB LOCAL PROCESSING OFFICE DODAAC: N/A PAYMENT OFFICE FISCAL STATION CODE: HQ0302 UIC: W1V5CH COMMAND: US CADET COMMAND FSC: U008 EMAIL POINTS OF CONTACT INSPECTOR: To be provided upon contract award. ACCEPTOR: To be provided upon contract award. RECEIVING OFFICE POC: To be provided upon contract award. CONTRACT ADMINISTRATOR: To be provided upon contract award. CONTRACTING OFFICER: To be provided upon contract award. ADDITIONAL CONTACT: To be provided upon contract award. For additional information contact: NA Point of Contact: Mary Halterman 502-624-6547 or mary.halterman@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b70ad2cd091ef88feb1220dfdc50a04f)
 
Place of Performance
Address: Fort Knox Contracting Center Directorate of Contracting, Building 1109B Fort Knox KY
Zip Code: 40121-5000
 
Record
SN02120166-W 20100415/100413234743-b70ad2cd091ef88feb1220dfdc50a04f (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.