SOLICITATION NOTICE
X -- Five each 3-day Marriage Retreats
- Notice Date
- 3/24/2008
- Notice Type
- Solicitation Notice
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
- ZIP Code
- 80913-5198
- Solicitation Number
- W911RZ-08-T-0041
- Response Due
- 4/1/2008
- Archive Date
- 5/31/2008
- Point of Contact
- LaChiana Hamilton, (719)526-2338
- E-Mail Address
-
Email your questions to ACA, Fort Carson
(lachiana.hamilton@us.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. List of contract line item number and item, quantities and units of measure. ALL ITEMS SHALL BE QUOTED FOB DESTINATION. One purchase order shall be awarded for all five line items as a complete entity. Offerors shall only submit a proposal if they can provide space/ammenities for all five line items. Site must be no more than a three hour away from Colorado Springs (Zip code 80913) and have indoor pool and other recreational faci lities as part of the site. The location must be located in a community that offers a variety of activities and restaurants that families can visit during their off time. Line Item Discription: CLIN 0001 1 each retreat shall be held from 18 -20 APR. The vendor shall be capable to host 100 families per retreat (200 Adults and approx 180 Children, ages newborn to 16). These are maximum numbers. The vendor shall provide 100 deluxe studio rooms that include beds for children. Husbands and wiv es need to be provided a private room that allows them to live like a family (i.e. motel setting -- church camps with bunk beds and group housing are not acceptable). The vendor shall provide 3 buffet meals for 200 Adults and 180 children: Saturday and Su nday Breakfasts, and Saturday Lunch. The vendor shall provide one conference room for Saturday and Sunday Mornings (0800-1230) and Saturday night (1800-2200) furnished with tables, chairs, audio, proxima projector, and DVD capability to accommodate 200 ad ults. The vendor shall provide a separate conference room space to accommodate Resort Sitters to provide child care for 180 children on Saturday and Sunday Mornings from (0800-1230) and Saturday night from (1800-2200). The vendor shall contract/arrange f or child care with Resort Sitters to provide 13 hours of child care/child for 180 children on Saturday and Sunday Mornings (0800-1230) and Saturday night (1800-2200). CLIN 0002 1 each retreats shall be held from 25-27 APR. The vendor shall be capable to host 100 families per retreat (200 Adults and approx 180 Children, ages newborn to 16). These are maximum numbers. The vendor shall provide 100 deluxe studio rooms that include beds for children. Husbands and wives need to be provided a priva te room that allows them to live like a family (i.e. motel setting -- church camps with bunk beds and group housing are not acceptable). The vendor shall provide 3 buffet meals for 200 Adults and 180 children: Saturday and Sunday Breakfasts, and Saturday Lunch. The vendor shall provide one conference room for Saturday and Sunday Mornings (0800-1230) and Saturday night (1800-2200) furnished with tables, chairs, audio, proxima projector, and DVD capability to accommodate 200 adults. The vendor shall provid e a separate conference room space to accommodate Resort Sitters to provide child care for 180 children on Saturday and Sunday Mornings from (0800-1230) and Saturday night from (1800-2200). The vendor shall contract/arrange for child care with Resort Sitt ers to provide 13 hours of child care/child for 180 children on Saturday and Sunday Mornings (0800-1230) and Saturday night (1800-2200). CLIN 0003 1 each retreat shall be held from 9-11 May. The vendor shall be capable to host 100 families per retreat (200 Adults and approx 180 Children, ages newborn to 16). These are maximum numbers. The vendor shall provide 100 deluxe studio rooms that include beds for children. Husbands and wives need to be provided a private room that allows them to live like a family (i.e. motel setting -- church camps with bunk beds and group housing are not acceptable). The vendor shall provide 3 buffet meals for 200 Adults and 180 children: Saturday and Sunday Breakfasts, and Saturday Lunch. The vendor shall provide one conference room for Saturday and Sunday Mornings (0800-1230) and Saturday night (1800-2200) furnished with tables, chairs, audio, proxima projector, and DV D capability to accommodate 200 adults. The vendor shall provide a separate conference room space to accommodate Resort Sitters to provide child care for 180 children on Saturday and Sunday Mornings from (0800-1230) and Saturday night from (1800-2200). T he vendor shall contract/arrange for child care with Resort Sitters to provide 13 hours of child care/child for 180 children on Saturday and Sunday Mornings (0800-1230) and Saturday night (1800-2200). CLIN 0004 1 each retreat shall be held from 16-18 May. The vendor shall be capable to host 100 families per retreat (200 Adults and approx 180 Children, ages newborn to 16). These are maximum numbers. The vendor shall provide 100 deluxe studio rooms that include beds for children. Husbands and wives need to be provided a private room that allows them to live like a family (i.e. motel setting -- church camps with bunk beds and group housing are not acceptable). The vendor shall provide 3 buffet meals for 200 Adults and 180 children: Saturday and Sunday Breakfasts, and Saturday Lunch. The vendor shall provide one conference room for Saturday and Sunday Mornings (0800-1230) and Saturday night (1800-2200) furnished with tables, chairs, audio, proxima projector, and DVD capability to accommodate 200 adults. The vendor shall provide a separate conference room space to accommodate Resort Sitters to provide child care for 180 children on Saturday and Sunday Mornings from (0800-1230) and Saturday night from (1800-2200). The vendor shall contract/arrang e for child care with Resort Sitters to provide 13 hours of child care/child for 180 children on Saturday and Sunday Mornings (0800-1230) and Saturday night (1800-2200). CLIN 0005 1 each retreat shall be held from 30 May -1 June. The vendor shall be capable to host 100 families per retreat (200 Adults and approx 180 Children, ages newborn to 16). These are maximum numbers. The vendor shall provide 100 deluxe studio rooms that include beds for children. Husbands and wives need to be provide d a private room that allows them to live like a family (i.e. motel setting -- church camps with bunk beds and group housing are not acceptable). The vendor shall provide 3 buffet meals for 200 Adults and 180 children: Saturday and Sunday Breakfasts, and Saturday Lunch. The vendor shall provide one conference room for Saturday and Sunday Mornings (0800-1230) and Saturday night (1800-2200) furnished with tables, chairs, audio, proxima projector, and DVD capability to accommodate 200 adults. The vendor sha ll provide a separate conference room space to accommodate Resort Sitters to provide child care for 180 children on Saturday and Sunday Mornings from (0800-1230) and Saturday night from (1800-2200). The vendor shall contract/arrange for child care with Re sort Sitters to provide 13 hours of child care/child for 180 children on Saturday and Sunday Mornings (0800-1230) and Saturday night (1800-2200). All offerors must have completed their online representations and certifications to be considered fo r award of this project. Instructions on how this can be done may be found at www.orca.bpn.gov. Prospective contractors also must be registered in the Central Contractor registration at www.ccr.gov. The following provisions in the Federal Acquisition Re gulation (FAR)/ Defense FAR Supplement (DFARS) apply to this acquisition to include any addenda to the provision. This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were in full text. Full text of a clause may be accessed electronically at: http://farsite.hill.af.mil. FAR 252.222-7001 Offerors must comply with all instructions contained in FAR 52. 212-1, Instructions to Offerors Commercial Items. FAR 52.212-1 is supplemented per following addenda: Contractor shall submit their quote on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, an overall total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, any discount terms, cage code, DUNS number, size of business, acknowledgement of solicitation amendments (if any), warranty information, shipping/handling charges (must be specified), FOB (destination or origin, if not specified, destination will be default). The provisions at FA R 52.212-2, Evaluation Commercial Items apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose technically acceptable offer conforming to the solicitation will be mos t advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: awards will be made on the basis of technically acceptable low price. The Government intends to evaluate offers and make award without discussion; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are appli cable to the acquisition. Full text clauses and provisions are available at http://farsite.hill.af.mil. FAR 52-212-4 Contract Terms and Conditions Commercial Items. FAR 52.219-8 Utilization of Small Business Concern. The provision of FAR Clause 52.212 -5 Contract Terms and Conditions Required to Implement Statutes or Executive orders commercial Items (Sept 2005) applies to this acquisition. Under paragraph b, the following clauses are incorporated, 52.222-3, Convict Labor (June 2003) (E.O 11246), 52- 222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52-232-33, Payment by electronic Funds transfer-Central Contract Registration (Oct 2003) (31 U.S.C 3332), 252.212-7001 (Dev) contract Terms and Conditions Required To Implement Sta tutes Applicable to Defense Acquisition of commercial Items, with the clauses 52.203-3, enterprises and Native Hawaiian Small Business Concerns (Sep 2004) (Section 8021 of Public Law 107-28 and similar sections in subsequent DOD appropriations acts), 252.2 32-7003, Electronic Submission of Payment Request (March, 2007). Delivery Instructions: The vendor shall provide a copy of each individual invoice for each Retreat to the contract officer representative. Invoices shall contain the informatio n identified in FAR Clause 52.212-4 Para (g). Invoices shall contain: a. Name and address of the Contractor b. Invoice date and number c. Purchase/Contract number, purchase/contract line item number. d. Description, quantity, unit of m easure, unit price and extended price of the items delivered. e. Shipping number and date of shipment including the bill of lading number and weight of shipment if shipped on Government bill of lading. f. Cage Code, DUNS number, and Tax ID Number< BR>Vendor must include in the shipment all transportation documents. Payment Instructions: Before payment can be authorized, Invoices and Receiving Reports, DD-250, need to be submitted to: DFAS ROME ATTN: DFAS-ROVP-ROME 325 BROOKS ROA D Rome, NY 13441-4527 1-800-553-0527/ FAX 317-510-7320 AND MAJ LaChiana Hamilton Contract Specialist U.S. Army Contracting Agency-NR 1676 Evans St. Bldg 1220 Rm 303 Fort Carson, CO 80913-5198 Tel: DSN (691) 719-526-2338, Fax : DSN (883) 719-526-5333 email: lachiana.hamilton@us.army.mil Offers must be received NLT 1400 Mountain Standard Time, 1 April, 2008, at ACA NR, Di rectorate of Contracting, ATTN: SFCA NR CR, 1676 Evans Street, Building 1220, 3rd Floor, fort Carson, CO 80913-5198. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Please submi t any questions and/or quote via e-mail to lachiana.hamilton@us.armyl.mil or fax to: MAJ LaChiana Hamilton, Contract Specialist, (719) 526-5333.
- Place of Performance
- Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
- Zip Code: 80913-5198
- Country: US
- Zip Code: 80913-5198
- Record
- SN01540008-W 20080326/080324224738 (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 |