Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
SOLICITATION NOTICE

X -- Louisiana Army National Guard Kids Annual Training 2015

Notice Date
7/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721214 — Recreational and Vacation Camps (except Campgrounds)
 
Contracting Office
USPFO for Louisiana, 495 3rd Street, Camp Beauregard, Pineville, LA 71360
 
ZIP Code
71360
 
Solicitation Number
W912NR-14-Q-0060
 
Response Due
8/8/2014
 
Archive Date
9/15/2014
 
Point of Contact
DAVID BOURGEOIS, 3182905933
 
E-Mail Address
USPFO for Louisiana
(david.bourgeois@ng.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 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 solicitation is issued as a request for quotes (RFQ) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-64 Effective on January 17, 2013. Provisions and clauses incorporated by reference has the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at http://farsite.hill.af.mil/. The solicitation W912NR-14-Q-0060 is issued as a Request for Quote. This procurement is UNRESTRICTED. The NAICS code for this acquisition is 721214 - Recreational and Vacation Camps (except camp grounds). The small business size standard for this NAICS code is $7.5 million. The Louisiana National Guard will be awarding a Firm-Fixed Price Contract. This solicitation is for a firm fixed price contract and will be awarded to the lowest priced technically acceptable. The Louisiana Army National Guard needs a quote for meals, lodging, and facilities for dates below. Our intent is to award 1 contract for 1 event for FY15 Louisiana National Guard Youth and Kids Annual Training 2015. Numbers are approximate and will be confirmed no later than 30 days of event. However, proposals for individual line items below will be accepted and evaluated. In order to hold a successful event and maintain the strict guidelines established for our program, we require that the facility meet and/or provide the following services: a. The facility must be located within 150 miles of the NGLA (National Guard of Louisiana) Child and Youth Programs Office, which is located at the Armed Forces Reserve Center, 8110 GSRI Road, Baton Rouge, LA 70820. This requirement is mandatory and is needed to help mitigate the expenses associated with the movement of Child and Youth equipment to and from the selected facility. This is also needed to help ensure that the facility is centrally located and that all of the travel related cost for the volunteers and attendees are keep to an absolute minimum. b. The facilities and buildings must all be located on one central location and all building must be accessible on foot by walking no more than 350 yards one way. The entire facility must be surrounded by a security fence. This fence must provide one central location for all individuals that are entering and exiting the facility grounds. This primary entry and exit point must also have a lockable working gate. The facility area must be equipped with working security lights for all it primary foot paths and walkways. c. The facility must provide the following types of building and accommodations on site: (1) Assembly Building - The facility must have a designated building on its grounds for use as an assembly building. This building must be separate from the Auditorium and Dining Hall. This building must contain at least one assembly area and a minimum of four separate classrooms. Each classroom must be capable of holding no less than 15 persons each. The buildings assembly area must be capable of holding no less than 60 people. The total building capacity of the classrooms areas and the assembly area must be able to hold no less than 120 people. The assembly building must be air conditioned and have separate bathroom and shower facilities for male and female. The building must provide wireless internet that is available for guest use without any direct charges made to the guest. (2) Cabin / Cottages (Sleeping Facilities) - The facility must provide at least 17 Cabin/Cottage type buildings to be used for the attendee and guest sleeping facilities. The Cabin/Cottages must be separate from all other facility buildings. The Sleeping Cabins must accommodate at least 16 guests each. The facility must be able to provide overnight guest's facilities for at least 272 individuals per night. The sleeping facilities must be air conditioned and offer a private bathroom with shower. The showers must provide both hot and cold water. (3) Auditorium - The facility must provide an auditorium type building. The auditorium must be capable of seating at least 300 people and be equipped with a stage. The Auditorium and the Dining Hall can be collocated in the same building, provided that activates can be conducted simultaneously. (4) Dining Hall - The facility must provide a dining hall type building. The dining hall must be capable of seating at least 300 people. The facility must be air conditioned. The Auditorium and the Dining Hall can be collocated in the same building, provided that activities can be conducted in each facility simultaneously. The dining hall must have an onsite working kitchen along with a separate walk-in type refrigerator and freezer. The following requirements must also be met by the selected vendor. (a) The vendor must be able to provide nutritional meals for the entire duration of the event. Please provide a meal schedule for this event in your quote. Meals are required to begin on June 3rd (Wednesday) with dinner and continue thru June 13th (Friday) ending with breakfast. (b) The NGLA Child and Youth Program must review and preapprove all meal menus for the duration of the event. (c) All meals must be prepared onsite and served in the facilities designated dining hall. (d) All meal cost will be included in price of camp per child for the duration of their stay. (e) The vendor must provide a cook and kitchen supervisor for all preapproved meals. The cook and the kitchen supervisor can be the same individual. The NGLA Child and Youth Program will provide a minimum of two servers and two clean up helpers for support during and immediately following each meal. d. The facility must be able to provide the following recreational facilities and services on site for use by NGLA for the duration of the event. The age group of the guest using these recreational facilities and services will be from 8 to 18 years of age. The facility support staff provided by the vendor must be trained and certified to handle children in this age group. The following is a list of the recreational facilities and services required. (1) Olympic Swimming Pool (a) The pool area must be completely fenced in and have a lockable working gate. (b) The entire pool area must be equipped with working security lights. (2) Recreation Field (a) The recreation field must contain areas for use as a football field, soccer field and a volleyball court. (3) Fishing Lake (4) Hiking Trails (5) Covered Pavilion (6) Basketball Court e. NGLA must have exclusive use of the Center for the duration of the event and must have access to all Lodges, Cottages, Auditoriums and Assembly buildings located on the facility. f. NGLA must be able to use All Terrain Vehicles (ATV's) to support their activities. The NGLA Child and Youth Program Coordinator will incorporate strict guidelines concerning ATV use by staff during the event. This policy will be offered to the vendor for review and approval. g. NGLA will provide its own nurse and will furnish any needed first aid and medical supplies. h. NGLA must be able to deliver bulk drinking water to various activity locations around the facility and refill them as needed. i. NGLA must be able to provide portable toilets as needed to support the event. j. The vendor must not require a deposit for use of its facilities. k. The cost per child must be inclusive of cost for camp, lodging, and food for duration of stay. If third party vendors or event planners bid on event, they must be available during the entire timeframe to be physically present at the facility to manage the contract requirements and handle any problems that may occur at no additional expense to the government or hotel. Additionally they must be willing to attend planning meetings as required at no additional expense to the government or facility. Lodging and meal rates must be at or below the per diem rates. To figure out the per diem rates go to http://www.gsa.gov/portal/category/100120. For quoting this event, be sure to follow the Line Item Structure attached. Also attached is a Quote Submission form which has the line items listed out and the green initiatives requirements. This form must be completed in order to be considered a responsive quote. Please also be sure to submit a sample menu or the meals. SEE ATTACHED LINE ITEM BREAKDOWN FOR REQUIREMENTS. The following FAR/DFAR clauses and provisions are applicable to this acquisition: 52.202-1 Definitions JAN 2012 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees APR 1984 52.203-7 Anti-Kickback Procedures OCT 2010 52.204-7 System for Award Management JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012 52.216-24 Limitation Of Government Liability APR 1984 52.216-25 Contract Definitization OCT 2010 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies MAR 2012 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity for Veterans SEP 2010 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.222-37 Employment Reports on Veterans SEP 2010 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-6 Drug-Free Workplace MAY 2001 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications DEC 2012 52.232-1 Payments APR 1984 52.232-18 Availability if Funds APR 1984 52.232-33 Payment by Electronic Funds Transfer-System for Award Management JUL 2013 52.233-1 Disputes JUL 2002 52.233-2 Service Of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.243-1 Changes--Fixed Price AUG 1987 52.252-2 Clauses Incorporated By Reference FEB 1998 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013 Executive Order 13514: Federal Leadership in Environmental, Energy, and Economic Performance (OCT 2009) To be awarded this contract, the offeror must be registered in the SAM and remain active during period of performance. (https://www.sam.gov/portal/public/SAM/). All vendors MUST have a publicly visible registration in the System for Award Management (SAM). Duns & Bradstreet, CAGE Code & Federal Tax ID numbers MUST be submitted with offer. If you need any additional assistance getting registered, please send me an email and I will send you additional instructions. All questions, quote submission form, sample menus and hotel information in response to this notice must be submitted by email to david.l.bourgeois.mil@mail.mil. All questions must be submitted prior to Friday, 01 August 2014 by 10:00 am CST in order to ensure a response. Quotes where all of the facilities are at the same location will be evaluated first and will be based on lowest priced technically acceptable. If we do not receive adequate quotes that can accommodate all requirements (lodging and meeting spaces), we will then evaluate quotes where the lodging and meeting spaces at two locations and evaluate them based on lowest priced technically acceptable. Due to mission requirements, if two locations are quoted they must be within a quarter mile (.25) and not across any major roads or freeways unless there is a pedestrian walkway. A site visit to the hotel may be conducted prior to award to ensure that the hotel meets the requirements and is technically acceptable. The deadline for quotes is 08 August 2014 by 10:00am CST. Contracting Office Address: USPFO for Louisiana, 420 F Street, Camp Beauregard, Pineville, LA 71360 Point of Contact(s): MAJ David L. Bourgeois, 318-290-5933 or david.l.bourgeois4.mil@mail.mil. Line Item #1: Kids AT for 3-12 June 2015. Quantity: 300 Unit of issue: Each (each guest) Unit Price: $ ____________ Line Item Total: $_______________ Quote Submission Form Vendor Information Vendor Name: ____________________ Vendor Person to Contact (POC): ______________________ POC Phone number: ______________________________ Cage Code: ______ DUNS Number: _________ Tax ID Number: ___________ For quoting this event, be sure to follow the Line Item Structure listed below. This form must be completed in order to be considered a responsive quote. Please also be sure to submit a sample menu for the meals. Remember that we are a tax exempt organization and we are not able to pay services fees or gratuity fees. Line Item #1: Line Item Total: $ _____________ INCLUDE MENU for each day Green Initiatives Program Vendor must have a Green Initiatives program in place and include this information with their proposal. Third party vendors must demonstrate Green Initiatives within your own company as well as the location submitted. Vendor must include use of reusable tableware/utensils/napkins whenever practical. Any disposable tableware used should include a minimum 72% bio-based content. Vendors offering items with recycled content are preferred in accordance with Executive Order 13514. List all item characteristics and company initiatives supporting environmental protection programs. All responsible quotes will provide answers to the following questions. ltem(s) made out of recycled content? What percentage? Water efficient item (if applicable)? Bio based or Bio preferred item? Non-Toxic? Non-Ozone depleting? Environmentally Preferable Products? Environmentally Friendly? Does the vendor Recycle? Does the company use post-consumer recycled paper? Does the company print on both sides? Does the company have a water conservation program? Does the company use energy efficient light bulbs? Are the electrical/electronic products Energy Star rated? Is the company LEED certified (Leadership in Energy and Environmental Design)? Does the company promote energy conservation? (ex. Turning computers off at night, turning off lights when no one is in the room, etc) Is the company 14001Environmental Management Standards Certified? Comments:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA16/W912NR-14-Q-0060/listing.html)
 
Place of Performance
Address: USPFO for Louisiana 495 3rd Street, Camp Beauregard Pineville LA
Zip Code: 71360
 
Record
SN03428859-W 20140719/140717235525-26e4048bd1206825bbf64144b692490f (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.