SOLICITATION NOTICE
V -- Lodging rooms, banquet meal, conference rooms, and audio-visual support for Annual Training Conference, Chicago Recruiting Battalion, Chicago, IL.
- Notice Date
- 1/11/2005
- Notice Type
- Solicitation Notice
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- ACA, Fort McCoy, Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
- ZIP Code
- 54656-5153
- Solicitation Number
- W911SA-05-T-0017
- Response Due
- 1/20/2005
- Archive Date
- 3/21/2005
- 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; offers ar e being requested and a written solicitation will not be issued. Solicitation W911SA-05-T-0017 is issued as a request for quotation (RFQ). This solicitation is unrestricted under NAICS 721110 with the small business size standard of $6.0 million. CLIN 0001, LODGING ROOMS, 234 ROOMS ON 4 MAR 05, 234 ROOMS ON 5 MAR 05, QTY 468 EACH. Lodging must be located within 5 miles of downtown Chicago. Double rooms per night (two beds) 160. Single rooms per night (king bed) 74 each. The government will pay only for the rooms actually used; this number will not exceed 234 rooms per night. This contract will reimburse the contractor for one guest per room; additional guests per room will not be covered by this contract. Required amenities include free shuttle service to downtown Chicago locations; in-room safes; internet connectivity; in-r oom beverage availability to include water, coffee, and tea. Although not included in this solicitation or resultant contract, the contractor facility must also be able to provide up to 16 additional lodging rooms per night to accommodate associated perso nnel. Type of rooms and room rates may be negotiated with the awardee, but will not be included in this contract. Also, although not included in this solicitation or resultant contract, the contractor facility must also provide a minimum of 100 parking s paces in a secure facility adjacent to the contractor facility for usage by conference attendees. Parking rates, if applicable, may be negotiated with the awardee, but will not be included in this contract. CLIN 0002, BANQUET MEALS, TO BE HELD AT SAME FACILITY AS LODGING ON 5 MAR 05 AT 1800 HOURS, QTY 234 EACH. At a minimum, the meal must include 3 meat entrees, 2 vegetable entrees, salad, rolls, butter, dessert tray offering at least 3 entrees, coffee, tea, and water. Although 234 each meals will be included in this contract, there will be approximately 400-425 guests attending the meal. Compensation for meals in excess of 234 will not be included in this contract. CLIN 0003, CONFERENCE ROOMS AS SPECIFIED BELOW, MUST BE LOCATED AT SAME FACILITY AS LODGING, 1 LUMP SUM. 4 Mar 05 Conference rooms, 2 each needed. 1 each to be classroom style, to accommodate up to 75 people, 1300-1700 hours. 1 each to be theater style, to accommodate up to 200 people, time 1300-1800 hours. 5 Mar 05 Conference rooms, 5 each needed. 1 each to be classroom style, to accommodate up to 75 people, 0900-1700 hours. 1 each to be classroom style, to accommodate up to 20 people, time 0800-1700 hours. 1 each to be classroom style, to accommodate u p to 40 people, time 0800-1700 hours. 1 each to be classroom style, to accommodate up to 200 people, time 0800-1700 hours. 1 each to be used for private VIP receiving and socializing, to accommodate up to 100 people, time 1730-2200 hours. CLIN 0004, AUDIO-VISUAL SUPPORT, 1 LUMP SUM To include sound system and 8x8 projection screens. To be used on 4 Mar 05 in both conference rooms. To be used on 5 Mar 05 in the two classroom style conference rooms that accommodate up to 75 people and up to 200 people. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-27. FAR and DFAR Provisions and Clauses may be accessed at http://farsite.hill/af/mil. The following provisions and clauses are applicable: 5 2.212-1 Instructions To Offerors Commercial Items. 52.212-3 Alt I Offeror Representations and Certifications Commercial Items. 52.212-4 Contract Terms And Conditions Commercial Items. 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items and the additional FAR clauses that are applica ble to the acquisition: 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veteran s of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13 Restriction on Ce rtain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41 Service Contract Act of 1965, as amended; 52.222-42 Statement of Equivalent Rates for Federal Hires. 252.212-7001 Contract Terms And Conditi ons Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items and includes the folowing DFARS clauses by reference: 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003 Electronic Submi ssion of Payment Requests; 252.247-7023, Alt III Transportation of Supplies by Sea. 252.225-7002 Qualifying Country Sources as Subs; 252.225-7000 Buy American Act--Balance of Payments Program Certificate. In accordance with FAR 39.106, the contractor sha ll ensure the offered product and all information technology (IT) contained therein shall be Year 2000 Compliant. Wage determination 1994-2167, Revision 27, dated 22 Jun 04 applies to this acquisition and may be accessed at www.wdol.gov. Central Contract or Registration is required of all Department of Defense contractors. CCR registration enables electronic funds transfer of contract payments. If your company is not already registered, please register in the CCR database at www.ccr.gov. Whether your co mpany is a current or new registrant in the CCR database, your registration must indicate that you are a provider of NAICS 721110 under the Goods Sevices section of the registration to be eligible to receive a contract for this solicitation. A DUNS numb er is required for CCR registration. If your company does not have a DUNS#, obtain one by calling 800-333-0505. If the prospective awardee for this request for quotes is not registered in the CCR database by 1300 hours on 20 Jan 05, including NAICS 72111 0 in the Goods Services section, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in con junction with required registration in the Central Contractor Registration (CCR) database. Specifically, 52.212-3 Alt I shall be completed electronically at http://orca.bpn.gov by the solicitation due date to be eligible to receive an award for this solic itation. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offerors complete mailing and rem ittance addresses; discount terms; unit price per CLIN and extended total prices; DUNS number; and taxpayer identification number (TIN). Quotes and applicable literature must be received at ACA, Directorate of Contracting, 2103 South 8th Avenue, Fort McCo y, WI 54656-5153 no later than 1300 hours on 20 Jan 05. Person to contact for additional information regarding the RFQ is Kris Murray, Contract Specialist, (608)388-2702, fax (608)388-5950, kris.murray@us.army.mil.
- Place of Performance
- Address: ACA, Fort McCoy Directorate of Contracting, Building 2103, 8th Avenue Fort McCoy WI
- Zip Code: 54656-5153
- Country: US
- Zip Code: 54656-5153
- Record
- SN00733018-W 20050113/050111211832 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |