Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2010 FBO #3171
MODIFICATION

X -- Strong Bonds Retreat

Notice Date
7/29/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
2107 17th Street, Bldg 4197, Suite 15, Ft. Sam Houston, TX 78234
 
ZIP Code
78234
 
Solicitation Number
W90YUW01471000
 
Response Due
8/2/2010
 
Archive Date
1/29/2011
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W90YUW01471000 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 with a small business size standard of $7.00M. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-08-02 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The USA ACC MICC Fort Sam Houston requires the following items, Meet or Exceed, to the following: LI 001, ** PLEASE READ ATTACHED PWS / BIDS SHALL BE IAW PWS ** The contractor shall provide a total of (28) non-smoking rooms consisting of 22 double rooms and 6 one room suites with sleep sofa for two nights. Roll-Away-Beds shall be made available, if needed. ROOM RATES MUST BE IAW FEDERAL TRAVEL REGULATION (FTR) PER DIEM RATES and not exceed pricing for the Lost Pines, Texas Area. Rooms should be made available to guests beginning at 3:00 PM on August 27, 2010. The contractor shall provide a location that has a natural, wooded, serene environment that is conducive to the nature of the retreat and shall not be located within a high-traffic, commercial, or downtown area locations.This requirement MAY NOT be waived, because the nature of the training demands a setting that will accommodate the necessary emotional and cognitive work that attendees will carry out during the seminar as well as outside planned seminar activities. Anything less than the above referenced setting will not facilitate the nature of the training curriculum, which is designed to provide the attendees an environment that promotes quietness, authenticity, and trust. The contractor shall ensure that the facility is located in close vicinity of Lost Pines, Texas, allowing attendees to get away from the demands of San Antonio/Fort Sam Houston and be in a neutral setting which facilitates the nature of the intended training. The contractor shall include free self-parking. NOTE: Any activities that require a fee for use shall be specified to all participants in advance. Any activities requiring additional charges not specified within this PWS shall be paid for by retreat adult participants and not by the Government., 56, EA; LI 002, ** PLEASE READ ATTACHED PWS / BIDS SHALL BE IAW PWS ** Meals shall be provided for 56 adults as follows and shall be served in a separate room: - A Welcome Reception starting at 6PM on Friday, Aug 27, 2010 for 56 participants with Finger-Food Refreshments, Coffee, Water, and Drinks to be served in meeting conference room, in order that speaker may address all attendees and facilitate ice breaker during this time. - A Dinning-in Buffet Breakfast starting at 8AM, a Take-Out Box Lunch with drink, and Dinning-in Evening Buffet Meal for 56 participants shall be provided on Saturday, Aug 28, 2010 - A Dinning-in breakfast starting at 8AM on Sunday August 29, 2010 - Request circular table set-up for a total of (8) banquet rounds seating eight people per table. - The contractor shall provide refreshments for the conference room for Saturday and Sunday morning from 9:00 AM to 12:00 PM. Refreshments (such as coffee, hot tea, sodas, and water) are for approximately 56 adults. NOTE: Between the meeting sessions, there will not be time for the attendees to complete the session requirements if the attendees are to travel to obtain meals outside the Hotel., 1, EA; LI 003, ** PLEASE READ ATTACHED PWS / BIDS SHALL BE IAW PWS ** The contractor shall provide a conference room with audio/visual equipment able to accommodate up to 56 adults. The meeting/conference room shall be available on Friday, Aug 27, 2010 from 6:00 PM to 9:00 PM; Saturday, Aug 28, 2010 from 8:00 AM to 12:00 PM only, and Sunday, Aug 29, 2010 from 8:00 AM to 1:00 PM. The chairs need to be padded and comfortable as the attendees will work on difficult communication skills. The set up for the conference room should be classroom style (4 per table) with a primary/main table at the end of the room close to power outlets. The contractor shall provide a podium, projector screen, multimedia projector, and a white board., 1, EA; LI 004, ** PLEASE READ ATTACHED PWS / BIDS SHALL BE IAW PWS ** The contractor shall provide a certified on-site childcare facility with separate room. Require certified child-care givers for a approximately 30 children (3-12 years of age) and teenagers (12-16 years of age) to provide child planned activities (Kid Camp, nature walks, swimming) for the entirety of the retreat. The Contractor shall provide child care beginning on Friday evening, August 27, 2010 from 5:30 PM through 9:30 PM, Saturday morning August 28, 2010 from 8:00AM through 9:00 PM and Sunday morning, Aug 29, 2010 from 8:00 AM to 1:00 PM. Provide an evening snack on Friday, Aug 27, 2010, three meals and three snacks on Saturday Aug 28, 2010, and Sunday breakfast & one morning snack. Meals and snacks shall be kid-friendly foods (cereal, fruit, chicken fingers, hot dogs, hamburgers, French fries, cookies, ice cream, juice, etc.) The contractor shall offer recreational activities, to include an indoor or outdoor swimming pool, to facilitate the out of class curriculum work. The recommended extracurricular activities should mirror the nature of the classroom work. As such, activities should include access to family oriented parks, activities and events., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC MICC Fort Sam Houston intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC MICC Fort Sam Houston is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to renata.freeman@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. Bid MUST be good for 30 calendar days after submission This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (End of clause) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (End of clause) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. Please see the full provision at http://farsite.hill.af.mil/vffara.htm (a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt. (b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide-- (1) The total dollar amount of the levy; (2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and (3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation. (c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including-- (1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and (2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or (ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation. (d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act. (End of clause) a) Definitions. As used in this clause(1) Contract financing payment and invoice payment have the meanings given in section 32.001 of the Federal Acquisition Regulation.(2) Electronic form means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer.(3) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract.(b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/.(c) The Contractor may submit a payment request and receiving report using other than WAWF only when (1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF; (2) DoD is unable to receive a payment request or provide acceptance in electronic form; (3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officers determination with each request for payment; or (4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System). (d)The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of clause) FAR 52.212-5, Executive Orders-Commercial Items, will apply: 52.219-14 (portion set aside for SB and >100K) 52.219-6 (SB set-aside)52.222-352.222-1952.222-2152.222-2652.222-35 (>100K)52.222-36 (>10K) 52.222-37 (if 52.222-35 is checked)52.222-5052.225-13 52.232-33. The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil/vffara.htm 252.212-7001 is incorporated with the following clauses: 252.203-3 (>100K)252.225-7001 (all except IT)252.225-7012 (>100K) 252.243-7002 (>100K)252.247-7023 The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil/vffara.htm 52.204-7 Central Contractor Registration (APR 2008), 52.212-1 Instructions to OfferorsCommercial Items (JUN 2007), 52.212-4 Contract Terms and ConditionsCommercial Items (FEB 2007), 52.247-34 F.o.b. Destination (Nov 1991), 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (SEP 2004), 52.209-6 (>30K), 52.219-1 Bids will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. In order for a bid to be technically acceptable, the contractor shall: - demonstrate an ability to meet the requirements as set forth in the Contract line item numbers and PWS. - submit proof of a hotel teaming arrangement with proposal.(Third Party Agencies)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/653281a08a5c3047039d5bb3b9e9e959)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02223054-W 20100731/100730000306-653281a08a5c3047039d5bb3b9e9e959 (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.