Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2010 FBO #3172
SOLICITATION NOTICE

99 -- Reunion and Reintegration Support

Notice Date
7/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-10-T-0220
 
Archive Date
9/4/2010
 
Point of Contact
Christine G. Anderson, Phone: 757-893-2715
 
E-Mail Address
christine.anderson@vb.socom.mil
(christine.anderson@vb.socom.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being accepted and a written solicitation will not be issued. The solicitation number is H92244-10-T-0220. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure Reintegration and Reunion Support. A Firm Fixed Price (FFP) contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 effective 08 July 2010. This procurement is unrestricted and the associated NAICS code is 721110 with a standard business size of $6.5 million. The Defense Priority and Allocation System (DPAS) rating for this procurement is DO-S10. Section B Schedule of Supplies and Services CLIN Description Quantity Unit Unit Price Extended Price 0001 Reintegration and Reunion Support, Friday, September 24, 2010 0001AA Lodging Suites (with guest room) accommodating up to a six (6) person family 206 Each 0001AB Dinner/Counseling Session for Adults (Friday night). The session shall be held in a private/secured room from approximately 6:30pm - 8:30pm. The room shall be available at precisely 12:00 p.m. for setup 372 Persons 0001AC Child Care 0-5 years old from approximately 6:00pm - 10:00 pm (estimated) 186 Persons 0001AD Dinner for Children in child care (estimated) 186 Persons 0001AE "Kids Camp" for children 6-12 years old; 6:00 p.m. - 10:00 p.m. (estimated) 93 Persons 0001AF Dinner for children in "Kids Camp" (estimated) 93 Persons 0001AG Dinner for Teenagers (estimated) 31 Persons 0001AH Conference room for adults meeting / counseling. The conference room shall be capable of accommodating 400 persons from approximately 6:30 p.m. - 8:30 p.m. The room shall be available at precisely 12:00 p.m. for setup. Quantity is 1 night 1 Each 0002 Reintegration and Reunion Support, Saturday, September 25, 2010 0002AA Breakfast for adults and teenagers 403 Persons 0002AB Breakfast for children (0-5 years old) 186 Persons 0002AC Breakfast for children (6-12 years old) 93 Persons 0002AD Child care 0-5 years old; 9:00 a.m. - 8:00 p.m. (estimated) 186 Persons 0002AE "Kids Camp" for children 6-12 years old; 9:00 a.m. - 8:00 p.m. 93 Persons 0002AF Conference Room (3 each) for adults meeting / counseling. The conference room shall be capable of accommodating 100 adults 3 Each 0002AG Lunch for adults 372 Persons 0002AH Lunch for children in Child care (estimated) 186 Persons 0002AJ Lunch for children in "Kids Camp" (estimated) 93 Persons 0002AK Lunch for teenagers (estimated) 31 Persons 0002AL Dinner for adults and teenagers (estimated) 403 Persons 0002AM Dinner for children (estimated) 279 Persons 0003 Reintegration and Reunion Support, Sunday, September 26, 2010 0003AA Breakfast for adults and teenagers (estimated) 403 Persons 0003AB Breakfast for children (estimated) 279 Persons 0004 Conference Room (3 each) for adults meeting / counseling. The conference room shall be capable of accommodating 100 adults 3 Each *ESTIMATED AMOUNTS Period of Performance is 24 September 2010 through 26 September 2010. RANGE OF PROXMITY SHALL BE NO MORE THAN 100 MILES FROM NSWDG, VIRGINIA BEACH, VA. Location - identify complete address and details in compliance with meeting the government specification. Local contractor furnished training facilities are required in performance of this effort. Proximity to Virginia Beach, VA will be considered as an evaluation factor in award of this procurement. Section C Specifications The contractor shall provide suites that can accommodate up to six (6) family members, with a private bedroom for the adults. The contractor shall provide a structured program for the adolescents between the ages of 0 to 12 years in the kid's camp that will be supervised at all times. The contractor's program shall include activities to include arts and crafts and education activities. The contractor shall submit a detailed outline of the program. The contractor shall provide child care that shall be supervised at all times. The ratios for childcare are identified as follows: *6 weeks to 12 months 1:4 *13 months to 24 months 1:5 *25 months to 36 months 1:7 *37 months to 5 years 1:12 *5 years to 12 years 1:15 The contractor shall provide their menu that will be representative of the meals that will be served. The daycare providers shall be infant/child CPR qualified and first aid qualified. The names and SSN of the daycare providers shall be provided with the vendor's quote so that a background check may be conducted by the NSWDG government security officer. The following provisions and clauses are incorporated into the RFP: CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions Jul 2004 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Apr 2008 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Sep 2006 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Aug 2009 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Jun 2010 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Jul 2010 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Jul 2010 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action For Workers With Disabilities Jun 1998 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003 FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug 1987 FAR 52.246-25 Limitation of Liability - Services Feb 1997 FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan 2009 DFARS 252.211-7003 Alt I Item Identification and Valuation Alt I Aug 2008 DFARS 252.212-7001 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) Jul 2010 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec 2009 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Jan 2009 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003 DFARS 252.225-7012 Preference For Certain Domestic Commodities Jun 2010 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.243-7002 Requests for Equitable Adjustments Mar 1998 DFARS 252.247-7023 Transportation of Supplies by Sea May 2002 SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan 2007 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Jan 2005 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) •(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance: proximity, technical and price. •(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). •(c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the order, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (AUG 2007) - Alternate 1 Jul 2009 FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or Fees Dec 2004 FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007 FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May 1989 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 DFARS 252.212-7000 Alt I Offeror Representations and Certifications- Commercial Items (AUG 2007)- Alternate 1 Jun 2005 SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Leigh Walker, telephone (757) 893-2713. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Officer. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact is Christine Anderson at christine.anderson@vb.socom.mil. Questions will be accepted until 27 July 2010. Questions and responses will be posted on FedBizOpps on or about 29 July 2010. Quotes must be received no later than 4:00 p.m. Eastern Standard Time (EST) on 3 August 2010. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation. Offerors must scrutinize this solicitation and ensure their quotes and submissions comply with all requirements. It is not sufficient to merely state your quote complies with the solicitation requirements. You must clearly identify how your quote meets ALL of the solicitation requirements. Point of contact for this procurement is Christine Anderson at christine.anderson@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Christine Anderson by email at christine.anderson@vb.socom.mil, phone (757) 893-2715, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Christine Anderson (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 4:00 p.m. Eastern Standard Time (EST) on 20 August 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-10-T-0220/listing.html)
 
Place of Performance
Address: Range of proximity shall be no more than 100 miles from NSWDG, Virginia Beach, Virginia, United States
 
Record
SN02223936-W 20100801/100730235125-7850f683d746e1f469cbbf77e74d20d0 (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.