SOLICITATION NOTICE
V -- Marriage Retreat Williamsburg, VA. 20 -22 June 2008
- Notice Date
- 6/4/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, Army Contracting Agency, South Region, ACA, Fort Bragg, 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
- W9124708T0087
- Response Due
- 6/12/2008
- Archive Date
- 8/11/2008
- Point of Contact
- Anne Talbot, 910-396-6401
- 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 solicitation number is W9124708T0087, and is issued as a Request for Quotation (RFQ). The Regional Contracting Center Fort Bragg, NC is seeking quotes for a Firm Fixed Price contract in support of a Strong Bonds Marriage Retreat in Williamsburg, VA. This RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 2005-24, effective February 28, 2008. This solicitation is Unrestricted. The North American Industry Classification System (NAICS) code is 721110, Hotels (except Casino Hotels) and Motels. Period of Performance is for June 20-22, 2008. This requirement is for forty-five (45) double occupancy rooms for up to ninety (90) participants, for two (2) overnight stays on June 20 & 21, 2008. Check-in time is required between 1:00 p.m. and 3:00 p.m. on June 20, 2008. Check-out time is required on June 22, 2008 no later than noon. Two (2) breakfasts are required on Saturday and Sunday, June 21 & 22, 2008 from 7:00 a.m. to 8:00 a.m. Breakfast shall consist of one (1) meat, one (1) egg complement (scrambled, omelets, etc), two (2) starch, one (1) fruit, cold cereal, mike/juice/coffee. A Banquet Dinner is required in a reserved area exclusively for the participants on 20 June 2008. Dinner will consist of Soup or Salad, choice of chicken or meat, baked potato, 2 vegetables, bread and Chef's Choice of Dessert. Dinner will be served from 6:30 p.m. to 7:30 p.m. Refreshments will be served for nintey (90) participants on 21 June 2008 at 9:00 a.m. Resort personnel will ensure beverages are replenished through out the morning, until 12:00 Noon. Refreshments will consist of Freshly Brewed Coffee Regular or Decaffeinated, Bottled Water, Assorted snacks and Fresh fruit. Two meeting rooms are required. One (1) meeting space capable of seating 90 participants comfortably in a lecture environment, including writing surfaces. Conference room is required on 20 June 2008 from 3:00 p.m. until 5:30 p.m.; 21 June 2008 from 9:00 a.m. until 12:30 p.m.; and 22 June from 9:00 a.m. until 12:00 noon. A central location for lecture complete is required. Ability to display computer projected graphics is required. Chairs shall be free floating but comfortable enough to sit in for several hours in a lecture environment. Tables shall seat no more than 8 participants per table. Chairs shall not be fixed to tabular areas in order to support breaking the main body of participants into small groups. A projector with screen capable of playing DVDs and being plugged into a computer. An additional meeting room capable of holding 50 children for childcare purposes will be required. The rooms must be in the same area of the hotel. All prices will include services fees. The following provisions and clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.237-1, Site Visit; FAR 52.252-1, Solicitation Provisions Incorporated by Reference (website provided http://farsite.hill.af.mil); FAR 52.212-2, Evaluation-Commercial Items. (a) The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., delivery, and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors are to include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. FAR 52.000-4005, Invoices (See paragraph (a) below); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Or Executive Orders-Commercial Items; 52.204-7, Central Contractor Registration Alternate A, 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 Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7002, Qualifying Country Sources. (a) FAR 52.000-4005, Invoices. The Contractor shall submit the original invoice to the host Chaplain along with a copy to the Contract Specialist. The invoice must be prepared, dated and submitted after the services have been provided. Payment will be made via the Government Purchase Card (GPC). Applicable clauses under FAR 52.212-5: 52.222-3, Convict Labor; 52.222-21, Prohibition of segregated facilities; 52.222-26, Equal Opportunity; 52.222-50, Combating Trafficking in Persons; 52.232-36, Payment by Third Party; Applicable clauses under DFARS 252.212-7001: 252.232.7003, Electronic Submission of Payment Requests. Quote submission shall be forwarded by Wednesday, June 12, 2008, 3:00 p.m. local standard time using either facsimile at (910) 396-7872, e-mail at anne.m.talbot@us.army.mil, or mail to Regional Contracting Center-Fort Bragg, Bldg. 2-1105 Macomb Street, Fort Bragg, NC 28310-5000.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2f25b9aa1e9e36b8ea84612f0162a65c&tab=core&_cview=1)
- Place of Performance
- Address: Regional Contracting Center-Fort Bragg, ATTN: ATTN: SFCA-SR-BR, C Stack, Bldg 2-1105, Macomb Street Fort Bragg NC
- Zip Code: 28310-5000
- Zip Code: 28310-5000
- Record
- SN01586897-W 20080606/080604220352-2f25b9aa1e9e36b8ea84612f0162a65c (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 |