Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
SOLICITATION NOTICE

X -- Yellow Ribbon Family Programs Retreat for the weekend of September 24-26, 2010

Notice Date
7/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USPFO for Colorado, ATTN: Mail Stop 53, 660 South Aspen Street, Building 1005, Aurora, CO 80011-9511
 
ZIP Code
80011-9511
 
Solicitation Number
W912LC-10-T-0032
 
Response Due
7/22/2010
 
Archive Date
9/20/2010
 
Point of Contact
Adrienne Rochat, 720-847-8347
 
E-Mail Address
USPFO for Colorado
(adrienne.rochat@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. The Colorado Army National Guard is coordinating hotel accommodations for the Yellow Ribbon Family Programs Retreat for the weekend of September 24-26, 2010. The North American Industry Classification System Code is 721110 with a small business size standard of $7.0 million. Please respond by 9 a.m., Mountain Standard Time, July 22nd, 2010. The type of contract will be fixed price. See below for requirements for the Retreat. General requirements; 1. Conference/meeting space for approximately 130 adults, banquet style in rounds of 6-8. The space must include morning and afternoon breaks, AM to include light breakfast snacks, coffee, tea and fruit, PM to include lemonade, iced tea and cookies 2. Hospitality Suite available for the weekend as a headquarters capable of holding up to 5-10 adults and equipment storage. (Fri- Sun) 3. AV support to include 1 LCD projector to include remote and sound system with wireless microphones (2) for main meeting room. Wiring and patches to incorporate laptop in sound system. 1 white screen and podium at head of room. 4. All sleeping rooms and conference space preferably to be in one building. 5. Late checkout available to 1:00 pm on Sunday. 6. Third party event planners that bid must provide company staff member on site for entire event at no added expense or cost to the government. Daily requirements; Friday, September 24, 2010 1. Hotel accommodations, approximately 60 rooms to be master billed at or below the government per-diem rate to include parking fees. 2. Lobby space for 1 table and signs to accommodate group check in from 4:00 to 8:00PM. Saturday, September 25, 2010 1. Hotel accommodations, approximately 60 rooms to be master billed at or below the government per-diem rate to include parking fees. 2. Breakfast buffet for approximately 130, full breakfast to include breads, fruit, juices, coffee and tea, eggs and meat at or below the government per-diem, must all gratuity and service fees. 3. Main meeting/banquet room for approximately 130 with self service coffee and cold beverages (9-11AM) available from 8:00AM to 4:00PM set as rounds for 6-8 with linens. This room will require AV support in general requirements. 4. Lunch provided in main room at or below the per diem rate, to include all gratuity and service fees. Meal must include salad, bread, main dish and dessert along with drinks 5. Additional room setup for movie night from 7:00-9:00pm, popcorn and sodas provided for approximately 80 adults. Room will be set theatre style Sunday, September 26, 2010 1. Breakfast buffet for approximately 130, full breakfast as described in previous breakfast at or below the government meal per-diem rate to include all gratuity and service fees. 2. Main meeting room to be set up with rounds seating 6-8 with linens available from 8:00AM to 3:00PM with AV as listed in general requirements. Self serve coffee and cold beverage service from 9:00AM to 11:00AM along with AM break requirements in general requirements. 3. Additional meeting room needed from 8:00AM-9:00AM for chapel service. Set-up in theatre style with podium added. This property must be a full service mountain resort no closer than 50 miles and no further than 120 miles from the Denver metro area. Please breakdown pricing into the following line items: Line Item #1 - Meeting Space and beverages $_________Total (Price must include all gratuity and service fees) Line Item #2 - Lodging 120 Rooms times $_______ = $ ________Total (Price must include all gratuity and service fees. The total cost must be at or below the per-diem rate.) Line Item #3 - AV Equipment and Support = $ _________Total ( Price must include all gratuity and service fees) Line Item #4 Breakfast 260 Meals times $ ________ = $ ________Total (Price must include all gratuity and service fees. The total cost must be at or below the per-diem rate.) Line Item #5 Lunch 130 Meals times $_________ = $ ________ Total (Price must include all gratuity and service fees. The total cost must be at or below the per-diem rate.) The type of contract will be fixed price. The Government will award to the lowest priced, responsible contractor whose quote confirms to the solicitation. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors, Commercial Items (Nov 2007) and 52.215-5, Facsimile Proposals (Oct 1997) applies to this acquisition. Submit signed and dated quotes on company letterhead. The contractor must be registered in the Central Contractor Registration database. Offerors must be registered in the Online Representations and Certifications system at http://orca.bpn.gov. Clauses and provisions may be accessed via the internet, http://farsite.hill.af.mil. The following FAR clauses 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007) is incorporated into this RFQ and is amended to add the following FAR clauses: 52.204-7 Central Contractor Registration (Jul 2006), 52.252-2, Clauses Incorporated by Reference (Feb 1998), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2008). The following additional FAR Clauses are applicable: 52.219-6, Notice of Total Small Business Set-Aside (June 2003);52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers With Disabilities (June 1998); 52.222-41, Service Contract Act; 52.222-50, Combating Trafficking in Persons (Aug 2007; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). The following DFARS clauses apply 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Mar 2008) specifically the following clauses under paragraphs (a) and (b) are applicable; 252.204-7004, Alternate A (Sep 2007). This contract incorporates one or more clauses by reference, with the same force and effects as if they were given in full text. Upon request, the contracting Officer will make their full text available. Also, the full test of a clause may be accessed electronically by these addresses: www.farsite.hill.af.mil or www.arnet.gov/far. The following additional clauses are also incorporated into this solicitation DFAR 252.204-7004 Alt A, Required Central Contractor Registration (Sep 2007); A due date for offers will be 9 a.m., Mountain Standard Time, July 22nd, 2010. Offers will only be accepted by email adrienne.rochat@us.army.mil. Reference the Solicitation number W912LC-10-T-0032. Please email questions/comments to Adrienne Rochat at the above email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA05/W912LC-10-T-0032/listing.html)
 
Place of Performance
Address: USPFO for Colorado ATTN: Mail Stop 53, 660 South Aspen Street, Building 1005 Aurora CO
Zip Code: 80011-9511
 
Record
SN02198168-W 20100709/100707234918-b6ed10ed20c5b789cb91768d63425eb8 (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.