Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2010 FBO #3065
SOLICITATION NOTICE

X -- Meals and training camp in Lee County, Florida area for cadets during JCLC training June 21-25, 2010.

Notice Date
4/14/2010
 
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
W9124D-10-P-0373
 
Response Due
4/26/2010
 
Archive Date
6/25/2010
 
Point of Contact
Daniel Hereford, 502-624-8054
 
E-Mail Address
Fort Knox Contracting Center
(daniel.hereford@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 Request for Quotation (RFQ), under the simplified Acquisition Procedures (SAP), 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 722320. The small business size standard is $7.0 million. This acquisition is UNRESTRICTED; this procurement is for a firm fixed price contract. The period of performance is 21-25 June 2010. The clauses and provisions referenced in this solicitation may be obtained in full text form at http://www.arnet.gov/far. Performance Work Statement: The contractor shall provide breakfast, lunch and dinner meals as outlined below for approximately 300 cadets and 50 cadre attending training in the Lee County, Florida area during the period 21-25 June 2010. Meals should be identical the menu outline attached. Vender shall prepare, deliver, set-up, serve and clean-up for each meal. Contractor is responsible for providing eating utensils, paper products and condiments shall be included. Quote shall include a proposed menu for each meal. The contractor shall provide a camp location that includes tents, unit supply rooms, administrative buildings, classrooms, officer and NCO tents and ranges. The contractor shall provide ice at all times, provide latrines, provide two-way radios, provide entomology and pest control. The contractor shall provide facilities including: cope course and tower, swimming pool, dining facility, lake with canoes, life jackets, paddles, fitness trails, training lodge, craft lodge, camp sites, showers and latrines, training lodge and infirmary. The contractor shall provide supplies and services to include: ice and coolers, sleeping platforms (cots), tents, mosquito netting, ropes helmets, climbing gear, latrine facilities, 24 hr EMS staff, training staff, life guards, sanitation / custodial staff. CLIN 0001 QTY 1,200 each $__________________Unit Price $_______________________ Total Price CADET BREAKFAST PROVIDE BREAKFAST MEALS FOR 300 CADETS FOR 4 DAYS 22-25 JUN 2010 CLIN 0002 QTY 1,200 each$__________________Unit Price $_______________________Total Price CADET LUNCH PROVIDE LUNCH MEALS FOR 300 CADETS FOR 4 DAYS 21, 22, 23 AND 25 JUN. CLIN 0003 QTY 300 each $__________________Unit Price $ _______________________Total Price CADET BBQ LUNCH PROVIDE BBQ LUNCH MEALS FOR 300 CADETS FOR 1 DAY 24 JUN CLIN 0004 QTY 1,200 each $__________________Unit Price $_______________________Total Price CADET DINNER PROVIDE DINNER MEALS FOR 300 CADETS FOR 4 DAYS 21 JUN - 24 JUN 2010 CLIN 0005 QTY 200 each $__________________Unit Price$_______________________Total Price CADRE BREAKFAST PROVIDE BREAKFAST MEALS FOR 50 CADRE FOR 4 DAYS 22-25 JUN 2010 CLIN 0006 QTY 200 each $__________________Unit Price $_______________________Total Price CADRE LUNCH PROVIDE LUNCH MEALS FOR 50 CADRE FOR 4 DAYS 21, 22, 23 AND 25 JUN. CLIN 0007 QTY 50 each $__________________Unit Price $_______________________Total Price CADRE BBQ LUNCH PROVIDE BBQ LUNCH MEALS FOR 50 CADRE FOR 1 DAY 24 JUN CLIN 0008 QTY 200 each $__________________Unit Price $_______________________Total Price CADRE DINNER PROVIDE DINNER MEALS FOR 50 CADRE FOR 4 DAYS 21 JUN - 24 JUN 2010 CLIN 0009 QTY 300 each $__________________Unit Price $_______________________Total Price FACILITIES AND EQUIPMENT PROVIDE FACILITIES AND EQUIPMENT. FACILITIES INCLUDE COPE COURSE AND TOWER, SWIMMING POOL, DINING FACILITY, LAKE WITH CANOES, LIFE JACKETS, PADDLES, FITNESS TRAILS, TRAINING LODGE, CRAFT LODGE, CAMP SITES, SHOWERS, LATRINES, INFIRMARY FOR 300 CADETS. CLIN 0010 QTY 350 each $__________________Unit Price $_______________________Total Price SUPPLIES AND SERVICES PROVIDE ICE, COOLERS, SLEEPING PLATFORMS, TENTS, COTS, MOSQUITO NETTING, ROPES, HELMETS, CLIMBING GEAR, LATRINES FACILITIES, 24 HOUR EMS STAFF, FOOD PREP AND CLEAN UP, COPE COURSE STAFF, LIFEGUARDS, AQUATICS TRINING STAFF, WATER SPORTS TRAINING STAFF, SANITATION AND CUSTODIAL STAFF FOR 300 CADETS AND 50 CADRE. CLIN 0011 QTY 1 each $__________________Unit Price $_______________________Total Price CONTRACTOR MANPOWER REPORTING INSPECTION AND ACCEPTANCE All CLINS will be inspected at the origin and accepted by the 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 Escess 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 Class Monetary Wage -- Fringe Benefits Cook I 18.46 -- 36.25% Food Service Worker 12.71 -- 36.25% Lifeguard 12.13 -- 36.25% Recreation Specialist 18.87 -- 36.25% 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 PROPOSAL INSTRUCTIONS: The contractors proposal should include: (1) Technical proposal to include a description of location and facilities, proposed menu and relevant experience. (2) Unit price in the bid schedule. EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made based on best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors: (1) Offerors capability to provide all the required accommodations that meet the Governments needs; (2) Proximity to Lee County, FL area; (3) Relevant experience on contracts of a similar nature (4) Total cost or price. BASIS FOR AWARD: Award will be made to the responsive, responsible offeror representing the best value to the government. Failure to submit an offer on all items will render the offer non-responsive. 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 daniel.hereford@us.army.mil FAX quotations will not be accepted. Quotes are due C.O.B. 26 April 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/09f64e2185268d051abf94034c7343d1)
 
Place of Performance
Address: Fort Knox Contracting Center Directorate of Contracting, Building 1109B Fort Knox KY
Zip Code: 40121-5000
 
Record
SN02121593-W 20100416/100414234937-09f64e2185268d051abf94034c7343d1 (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.