Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2010 FBO #3198
MODIFICATION

W -- Marriage Retreat in Las Cruces, NM for Sept 10-12, 2010

Notice Date
8/25/2010
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Fort Bliss DOC, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-10-T-0284
 
Response Due
9/1/2010
 
Archive Date
10/31/2010
 
Point of Contact
Cindy S. Berg, 915-568-5141
 
E-Mail Address
Fort Bliss DOC
(cindy.s.berg@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. The Fort Bliss Directorate of Contracting is releasing this combined synopsis/solicitation electronically only. This announcement constitutes the only solicitation. The solicitation number is W911SG-10-T-0284 and is issued as a request for quotation. Proposals are being requested and a written solicitation will not be issued. This procurement is a 100% small-business set-aside and the Applicable NAICS code is 72110 Hotels (except Casino Hotels) and Motels and the size standard is $7,000,000. The Mission Installation Contracting Command Directorate of Contracting, Fort Bliss, TX 79916 intends to award a firm-fixed price type contract. All questions must be in writing and received by the Contract Specialist not later than 1:00 pm Mountain Standard Time August 27, 2010. No telephonic request will be entertained. All responses to questions will be posted by way of an amendment to this combined synopsis/solicitation to the FEDBIZOPS and ASFI websites. The email address for submission of all questions is cindy.s.berg@us.army.mil. All questions must be addressed to the Contracting Officer/Specialist only. Any other official may disqualify the offeror from submission of a quote. Request for quote (RFQ) to provide lodging in LAS CRUCES, NM during September 10-12, 2010 for a Marriage Retreat. There will be 57 Adults and 25 Children participating. See attachment for Specifications for detailed information on CLINs. CLIN 0001: 30 Rooms with double/queen size beds for Sept 10-12, 2010. CLIN 0002: 2 Childcare Rooms for Sept 10-12, 2010. There will be 25 children and their ages will vary from infant to teen-agers. CLIN 0003: 1 Meeting/Conference Room for Sept 10-12, 2010. Room must accommodate 57 adults with chairs and tables. Tables should be set up in rows of 8. Meeting space should have enough space for 57 Adults. CLIN 0004: Dinner for 57 Adults for Sept 10, 2010 served between 6:00 to 7:00 pm. CLIN 0005: Dinner for 25 Children for Sept 10, 2010 served between 6:00 to 7:00 pm. CLIN 0006: Breakfast for 57 Adults for Sept 11, 2010 served between 7:00 to 8:00 am. CLIN 0007: Breakfast for 25 Children for Sept 11, 2010 served between 7:00 to 8:00 am. CLIN 0008: AM Break for 57 Adults for Sept 11, 2010 served at 10:00 am. CLIN 0009: AM Break for 25 Children for Sept 11. 2010 served at 10:00 am. CLIN 0010: Lunch for 57 Adults for Sept 11, 2010 served between 12:00 to 1:00 pm. CLIN 0011: Lunch for 25 Children for Sept 11, 2010 served between 12:00 to 1:00 pm. CLIN 0012: PM Break for 57 Adults for Sept 11, 2010 served at 8:00 pm. CLIN 0013: PM Break for 25 Children for Sept 11, 2010 served at 8:00 pm. CLIN 0014: Dinner for 57 Adults for Sept 11, 2010 served between 5:00 to 6:00 pm. CLIN 0015: Dinner for 25 Children for Sept 11, 2010 served between 5:00 to 6:00 pm. CLIN 0016: Breakfast for 57 Adults for Sept 11, 2010 served between 7:00 to 8:00 am. CLIN 0017: Breakfast for 25 Children for Sept 11, 2010 served between 7:00 to 8:00 am. CLIN 0018: Set up Fees for 7 Meals for Sept 10-12, 2010. CLIN 0019: 3 Watch Care Workers for Sept 10-12, 2010. The following clauses apply to this acquisition: CLAUSES: FAR 52-212-1, Instructions to Offerors-Commercial is incorporated by reference and applies to this acquisition. Offers will be evaluated in accordance with 52.212-2 Evaluation -- Commercial Items (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: (1) Technical capability of the items to meet the Government requirement; (2) Price; (3) Past Performance. Technical capability and past performance, when combined, are approximately equal to price. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications Commercial Items, with its offer. The FAR Clause 52.212-4 Contract Terms and Conditions Commercial Items applies to this acquisition and will be incorporated into any resulting contract. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items apply to this acquisition, specifically the following cited clauses and provisions are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-25 Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-37, Multiple Payment Arrangements; 52.204-7, Central Contractor Registration; 52.252-2, Clauses Incorporated By Reference. The following DFAR clauses and provisions apply to this solicitation and are incorporated by reference: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items; and 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A. The contractor must be registered in the Central Contractor Registration (CCR) database to be eligible for award. Contractors must be actively registered in the Central Contractor Registration (CCR) to be eligible for award. Register at www.ccr.gov. The vendor must be ORCA certified at https://orca.bpn.gov/. Full text versions of clauses and provisions may be viewed at http://farsite.hill.af.mil. The following local clause also applies: Local Clause 5152.233-4000, AMC-Level Protest Program (Nov 2008). 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, 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 Government Accountability Office 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 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. 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 Material 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 Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. The offeror must be actively registered in the Central Contractor Registration (CCR) database and the On-Line Certifications and Representations Application (ORCA) database to be considered for award. The website for CCR and ORCA is http://www.ccr.gov and https://orca.bpn.gov. Place of Performance is: LAS CRUCES, New Mexico. Proposals are due by September 1, 2010 at 12:00pm Mountain Standard time and may be faxed to the attention of Cindy S. Berg at 915-568-0836 or e-mailed to cindy.s.berg @us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/649839a777e15b1a0e4a7a1d94d3f8e3)
 
Place of Performance
Address: Fort Bliss DOC Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
 
Record
SN02254136-W 20100827/100825235133-649839a777e15b1a0e4a7a1d94d3f8e3 (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.