MODIFICATION
99 -- 99--All American Leadership Conference
- Notice Date
- 3/24/2008
- Notice Type
- Modification
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
- ZIP Code
- 28310-5000
- Solicitation Number
- W9124708T0036
- Response Due
- 3/27/2008
- Archive Date
- 5/26/2008
- Point of Contact
- Uche Washington, (910) 907-5289
- E-Mail Address
-
Email your questions to ACA, Fort Bragg
(uche.washington@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement const itutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This Solicitation document W91247-08-T-0036 is issued as a Request for quote (RFQ) in accordance with the Governments requirement. ( iii) This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-18, effective June 30, 2007. (iv) This requirement is unrestricted and only qualified offerors may submit bids. This sol icitation is issued under FAR PART 13-Simplified Acquisition Procedures. This requirement is to provide modern, clean and carpeted lodging rooms, meals and conferencing capable of accommodating 200 participants in Pinehurst, North Carolina. The North Amer ican Industry Classification System (NAICS) code is 721110, size standard is $6.5 million. Award of this requirement will be in accordance with Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures. Interested persons may identify t heir interest and capabilities to respond to the requirements. (v) A detailed Performance Work Statement is provided below. For further information please email uche.washington@ us.army.mil. 1. Performance Work Statement 1. Gene ral. The 82nd Airborne Division will host the 2008 All American Leadership Conference 18-21 August 2008. 2. Scope of Work. 2.1. The only mission effective means to support this requirement is to move the Commander and Staff by helicopter should a recall occur. Thus, the hotel facility must provide an area for two (2) UH-60 Blackhawk helicopters to land and load personnel. The requirements for such a landing site must comply with applicable aviation regulations and SOPs. 2.2. Provi de and hold in reserve at least 94 double occupancy rooms from 18 - 21 August 2008. Provide and hold in reserve 56 single occupancy rooms from 18 - 21 August 2008. Provide and hold in reserve 15 double occupancy rooms from 18 21 August 2007 for event su pport staff. Provide and hold 30 single occupancy rooms for division staff from 18 - 21 Aug 2008. Request that rooms are available for check-in not later than1:00 pm. Provide a place in the hotel to store guest luggage until rooms are available for chec k-in. All attendees would check out not earlier than noon. If the conference ends after 12:00 pm, request luggage storage. 2.3. Provide and hold in reserve three large conference rooms from 18-21 August 2008 (Please see attached agenda). One room must be able to seat at least 200 people. The second room must be able to seat at least 100 people. Request both rooms are available for use not later the 7:00 am each day. Request a private room on the evenings of the 20th of August 2008; room must be able to accommodate dining for up to 200 people. Dividers that merely separate larger conference rooms will not be acceptable if the sound equipment and other presentation support from one conference room prevent full use of the other. 2.4. Desi gnated hotel must offer two complementary rooms from 18-21 August 2008. One room is to serve as a conference operations center. The second room will serve as a distinguished visitor suite. All rooms should be in close proximity to the conference rooms b eing used. 2.5. All audio-visual support for the conference from 18-21 August 2008 will be Government furnished equipment (GFE) and be managed by the 82nd Airborne Division G6. Additionally, they will provide back-up support (technician and equip ment) should systems fail. 2.6. The designated hotel must provide not less than eighteen tables (six feet in length) from 18-21 August 2008 to support co nference break-out sessions. 2.7. The designated hotel must offer a buffet-style breakfast and lunch meal on 19-20 August 2008 for a maximum of 200 guests. Request a separate room at no cost to facilitate the meals (breakfast, lunch and dinner) if the hotel cannot accommodate the guests in centralized location. On the evenings of August 19 & 20, provide a buffet-style dinner for a maximum of 200 guests. On 19 and 20 August, offer a buffet-style lunch. 2.8. Requested Menu: Drinks to include water, tea (sweet and unsweetened), and choice of soda. Main meal to include two choices of meats: Roast Beef and Chicken. Three choices of vegetables: mixed vegetables, corn and green beans. Two choices of starches: rice and potatoes; with gravy. S ide salad with three choices of salad dressing. Three choices of deserts: cheese cake, chocolate cake and carrot cake. Two choices of ice cream: vanilla and chocolate. 2.9. The designated hotel must provide an indoor gym and the use of the gym a nd its fitness equipment should be at no cost to the guest. The fitness equipment should include a variety of weight and cardiovascular equipment (i.e. free-weights, stair steppers, treadmills and stationary bicycles). Hotel must have a trail or track su itable for running 3-5 miles without crossing streets or interacting with vehicle traffic for safety reasons. 2.10. Designated hotel should have an outdoor area large enough to accommodate conducting team building (physical) exercise, including for mations and group exercise. There should also be an equally suitable indoor site in case of inclement weather. 3. Location: Designated hotel should be greater than 20 miles but not more than 50 miles outside of the Fort Bragg area. In additi on, the hotel must be able to accommodate the Readiness Standard Operating Procedure of the 82nd Airborne Division. The Division Commander, one Brigade Commander, and their key staff must be able to return to Fort Bragg within 2 hours. 4. Special Instructions: Any hotel considered will have a site inspection so that the Command can assess in person the potential compliance with the needs of the conference and be better prepared to assess the actual ability of facilities to support the AALC. F or example, a hotels conference rooms may, on paper, seem adequate to the task but on actual inspection may be prohibitively noisy, cramped, or otherwise impractical. 5. Description: ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AM OUNT 0001 Double Rooms 94 Each 94 double occupancy rooms are required from 19 - 21 Aug 2008. Request that rooms are available for check-in not later than1:00 pm. Provide a place in the hotel to store guest luggage until rooms are available fo r check-in. All attendees would check out not earlier than noon. If the conference ends after 12:00 pm, request luggage storage. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 Single Rooms 9 Each 9 single occupancy rooms are required from 19 - 21 Aug 2008. Request that rooms are available for check-in not later than1:00 pm. Provide a place in the hotel to store guest luggage until rooms are available for check-in. All attendees would check out not earlier than noon . If the conference ends after 12:00 pm, request luggage storage. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 Double Occupancy 15 Each 15 double occupancy rooms are required for event support staff 18 Aug 2008. Reque st that rooms are available for check-in not later than1:00 pm. Provide a place in the hotel to store guest luggage until rooms are available for check-in. All attendees would check out not earlier than noon. If the conference ends after 12:00 pm, reque st luggage storage. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 Conference Rooms 3 Each 3 large conference rooms are requ ired each day from 18 - 21 Aug 2008. 1 room should be capable of seating 200 people and the other should be capable of seating 100 people. Request both rooms are available for use not later the 7:00 am each day. Request a private room on the evenings of th e 20th of August 2008; room must be able to accommodate dining for up to 200 people. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 Breakfast Buffet 400 Each Breakfast Buffet is required on 19 and 20 Aug 2008 for 200 pa rticipants. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 Lunch Buffet 400 Each Lunch Buffet is required on 19 and 20 Aug 2008 for 200 participants. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRI CE AMOUNT 0007 Dinner Buffet 400 Each Dinner Buffet is required on 19 and 20 Aug 2008 for 200 participants. Requested Menu: Drinks to include water, tea (sweet and unsweetened), and choice of soda. Main meal to include two choi ces of meats: Roast Beef and Chicken. Three choices of vegetables: mixed vegetables, corn and green beans. Two choices of starches: rice and potatoes; with gravy. Side salad with three choices of salad dressing. Three choices of deserts: cheese cake, c hocolate cake and carrot cake. Two choices of ice cream: vanilla and chocolate. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0008 Complementary Rooms 2 Each 2 complementary rooms will be required from 19 - 21 Aug 2008. One room is to serve as a conference operations center. The second room will serve as a distinguished visitor suite. All rooms should be in close proximity to the conference rooms being used. 6. The following clauses apply to this acqu isition: FAR 52.000-4005 (see paragraph a below), FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, FAR 52.204-7 Central Cont ractor Registration, FAR 52.252-2 Clauses Incorporated by Reference (website provided http://farsite.hill.af.mil), DFARS 252.204-7004 Central Contractor Registration Alternate A, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statut es or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7002 Qualifying Country Sources. a. FAR 52.000-4005 Invoices. a. Electronic invoicing is mandatory in accordance with DFARS 252.232-7003. For electronic c ommerce information pertaining to DFAS web invoicing (WinS), which enables the current paper based vendors to submit invoices electronically, at little or no cost, visit the following DFAS web site: http://www.dfas.mil/ecedi. TO ACCESS PAYMENT STATUS ELEC TRONICALLY: www.dod.mil/dfas/. Payment will be made by: Defense Finance and Accounting Services (DFAS), DFAS ROME 325 BROOKS ROAD, ROME, NE 13441-4511, Customer Service 315-330-6152, Fax: 315-330-6160. Payment will not be made under this contract until a ll items have been received and accepted. b. Applicable clauses under FAR 52.212-5: 52.219-6 Notice of Total Small Business Set-Aside, 52.219-14 Limitations on Subcontracting, 52.222-3 Convict Labor, 52.222-19 Child Labor Cooperation with Authori ties and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal 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 wi th Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 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. c. Applicable clauses under DFARS 252.212-7001: 252.225-7001 Buy American Act and Balance of Payments Program. d. Clauses Incorporated By Reference (Feb 1998); 252.204-7004, REQUIRED CENTRAL CONTRACT REGISTRATION (FEB 1999); 252.246-7000, Material Inspection and Receiving Report (MAR 2003); 52.000-4029, Accounting for Contract M anpower Reporting (OCT 2005); 52.212-5 FACSIMILE PROPOSALS (OCT 1997, DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.204-7004. 7. Contractor Ma npower Reporting: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including sub-contractor manpower) require d for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil The required information includes: (1) Contracting Offi ce, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Pred ominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (U IC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by z ip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor emplo yees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performa nce not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML di rect transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each. 8. Quote submission shall be forwarded by Tuesday, March 25, 2008, 12:00 p.m. local standard tim e using either facsimile at (910) 907-7872, email at uche.washington@us.army.mil or mail to Directorate of Contracting, Bldg. 1-1333 Macomb & Armistead, Fort Bragg, NC 28310-5000.
- Place of Performance
- Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
- Zip Code: 28310-5000
- Country: US
- Zip Code: 28310-5000
- Record
- SN01540015-W 20080326/080324224744 (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 |