Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2005 FBO #1180
SOLICITATION NOTICE

99 -- Lodging, conference rooms, banquet meal and AV equipment for the period 3 - 6 Mar 05 within 5 miles of Acme, Michigan

Notice Date
2/16/2005
 
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
W911SA05T0021
 
Response Due
2/23/2005
 
Archive Date
4/24/2005
 
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; proposals are being requested and a written solicitation will not be issued. Solicitation W911SA-05-T-0021 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, 20 ON 3 MAR 05; 329 ROOMS ON 4 MAR 05, 329 ROOMS ON 5 MAR 05, QTY 678 EACH. Lodging must be located within 5 miles of downtown Acme, Michigan. All room must be located at one hotel. Hospitality rooms-mini suites with 7 bedrooms connected for 3 Mar 05; VIP rooms-mini suites, 2 for 3 Mar 05; and Single rooms per night, KING bed, 11 for 3 Mar 05; Hospitality rooms with two bedrooms-mini suites, 7 (14 bedrooms) for 4-5 Mar 05; VIP rooms-mini suites, 7 for 4-5 Mar 05; Double rooms per night, two beds, non smoking, 70 for 4-5 Mar 05; Double rooms per night, two beds, smoking, 19 for 4-5 Mar 05; S ingle rooms per night, KING bed, non smoking, 79 for 4-5 Mar 05; Single rooms per night, KING bed, smoking, 15 for 4-5 Mar 05; Single rooms per night, QUEEN bed, non smoking, 117 for 4-5 Mar 05; Single rooms per night, QUEEN bed, smoking, 8 for 4-5 Mar 05. The government will pay only for the rooms actually used; this number will not exceed 20 rooms on 3 Mar 05 and will not exceed 329 rooms per night, 4-5 Mar 05. This contract will reimburse the contractor for one guest per room; additional guests per room will not be covered by this contract. 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 a lso provide a minimum of 329 parking spaces for usage by conference attendees. CLIN 0002, BANQUET MEALS, TO BE HELD AT SAME FACILITY AS LODGING ON 5 MAR 05 AT 1700 HOURS, QTY 329 EACH. At a minimum, the meal must include tossed salad with tomatoes, cucumbers, tri-colored peppers and shredded cheese with choice of two dressings. Pasta salad, herb chicken with chef's choice of sauce. Roasted sliced porkloin, penne pasta and marinara sauc e. Roasted redskin potatoes. Chef's choice of vegetable, assorted rolls and butter. Assorted fruit pies, mousse. Coffee, tea and decaffinated coffee. Although 329 each meals will be included in this contract, there will be approximately 550 guests att ending the meal. Compensation for meals in excess of 329 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. 3 Mar 05 Meeting room for 8 individuals. 4 Mar 05 Conference rooms, 2 each needed. 1 each for family hospitality room from 9:00 a.m. to 4:00 p.m. 1 each room for check in from 9:00 a.m. to 4:00 p.m. 4 Mar 05 General Session, 1 each to be theater style, to accommodate up to 350 people, time 6:00 p.m. to 7:00 p.m. 4 Mar 05 Breakout rooms, 7 each needed, non public, for private awards ceremony. 5 Mar 05 General Session, 1 each to be theater style, to accommodate up to 350 people, time 8:00 a.m. to 9:00 a.m. 5 Mar 05 Conference rooms, 5 each needed. 1 each to be classroom style, to accommodate up to 205 people, 9:00 a.m. to 12:00 p.m.NOON. 1 each to be classroom style, to accommodate up to 85 people, 9:00 a.m. to 12:00 p.m. NOON. 1 each to be classroom st yle, to accommodate up to 70 people, 9:00 a.m. to 12:00 p.m. NOON. 5 Mar 05 Banquet room to seat 550 from 5:00 p.m. to 12:00 a.m.MIDNIGHT Although not included in this solicitation or resultant contract, the contractor facility must also provide 2 each child care rooms on 5 Mar 05 from 9:00 a.m. to 12:00 p.m. NOON; and 2 each child care room on 5 Mar 05 from 5:00 p.m. to 12:00 a.m. M IDNIGHT. CLIN 0004, AUDIO-VISUAL SUPPORT, 1 LUMP SUM To include overhead projector; lectern and microphone, 4 channel audio mixer, 1 lavadeer and microphone/wireless; 3 hand held microphone/wireless to be used frin 4-5 Mar 05. 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 applicable 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 E qual Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans 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, V eterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13 Restriction on Certain 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 State ment of Equivalent Rates for Federal Hires. 252.212-7001 Contract Terms And Conditions 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 Submission 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 shall ensure the offered product and all information technology (IT) contained therein shall be Year 2000 Compliant. Wage determination 1996-0081, Revision 13, dated 27 May 0 4 applies to this acquisition and may be accessed at www.wdol.gov. Central Contractor Registration is required of all Department of Defense contractors. CCR registration enables electronic funds transfer of contract payments. If your company is not alre ady registered, please register in the CCR database at www.ccr.gov. Whether your company 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 r egistration to be eligible to receive a contract for this solicitation. A DUNS number 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 23 Feb 05, including NAICS 721110 in the Goods  Services section, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Prospective contractors shall complet e electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. Specifically, 52.212-3 Alt I shall be completed electronically at http://orca.bp n.gov by the solicitation due date to be eligible to receive an award for this solicitation. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordance with standard commercial practice, i.e. quote form, letterhead, etc., and MUST INCLUD E THE FOLLOWING INFORMATION: Solicitation number; offerors complete mailing and remittance 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 McCoy, WI 54656-5153 no later than 1300 hours on 23 Feb 05. Person to contact for additional informat ion regarding the RFQ is Mary Purpus, Contract Specialist, (608)388-7351, fax (608)388-5950, mary.purpus@emh2.mccoy.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
 
Record
SN00752982-W 20050218/050217080305 (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 |
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.