Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2008 FBO #2410
SOLICITATION NOTICE

99 -- 188th -321st AFAR Strong Bonds Retreat, Charlotte, NC, 11 JUL-13 JUL 2008.

Notice Date
6/30/2008
 
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
W9124708T0115
 
Response Due
7/2/2008
 
Archive Date
8/31/2008
 
Point of Contact
Uche Washington, (910) 907-5289
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION 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 constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This Solicitation document W91247-08-T-0115 is issued as a Request for quote (RFQ) in accordance with the Governments requirement. This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-18, effective June 30, 2007. This requirement will be unrestricted and only qualified offerors may submit bids. This solicitation is issued under FAR PART 13-Simplified Acquisition Procedures. This requirement is to provide lodging rooms, meals, conference rooms, childcare space, parking spaces and audio/visual equipment capable of accommodating 65 participants (55 adults and 10 children) in Charlotte, NC. The North American 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 their interest and capabilities to respond to the requirements. A detailed Statement of Work is provided below. For further information please email uche.washington@ us.army.mil. 1. Statement of Work 1. General. 188th and 321st AFAR Strong Bonds Retreat, 11 July through 13 JUL 2008, Charlotte, NC 2. Scope of Work. 2.1. Lodging: 29 rooms (dual occupancy rooms) are required on 11 July and 12 July 2008 for 65 participants (55 adults and 10 children). Check in time is requested to be between 1400-1500hrs 11 July 2008. Check out will occur no later then 1145hrs 13 JUL 2008 upon completion of the retreat. Rooms are to be non-smoking. 2.2.Food: As listed below, or comparable as agreed upon. There are 55 adults and 10 children (3 children under 3 years, 6 children 3 years to 11 years and 3 children 12 years and older) attending this retreat. a. 2 breakfast buffets for up to 65 participants for Saturday and Sunday, 12 July and 13 July 2008 between 0800 and 0900hrs. Meals are to consist of meat, egg complement (scrambled, omelets, etc), starch, fruit, cold cereal, and/or mike/juice/coffee. b. 2 plated dinners for up to 65 participants for Friday and Saturday Dinners, 1830-2000 11 July 2008 and 1800-2000 12 July 2008. Meals are required to be hot plate meals inclusive beef or chicken (main course), salad, vegetable, side dish in the form of salad/pasta, fruit side, option for cheese, and dessert. c. 2 plated lunches for up to 65 participants for Saturday and Sunday, 1300-1400 12 July 2008 and 1200-1400 13 July 2008. Meals are required to be hot plate meals inclusive beef or chicken (main course), salad, vegetable, side dish in the form of salad/pasta, fruit side, option for cheese, and dessert. d. Light Refreshments. Refreshments are to be served for both the main meeting room and the childcare room. Refreshments are to be served separately in both rooms. The refreshments for the main meeting room should consist of a selection of cookies, danishes, fruit, coffee, soft drinks, and water. The refreshments for the childcare room should consist of fruit, granola type bars, milk, and juice. i. The schedule for the serving of these refreshments is as follows: 11 July: 1600hrs 12 July:1000hrs 13 July:0900hrs 2.3. Meeting Space: Clean carpeted conference rooms / Meeting rooms are required 11 July 13 July 2008. a. Main Conference Room: One meeting capable of seating 55 participants comfortably in a banquet type environment inclusive of writing surfaces to include: oA central location for lecture. oChairs are to be free floating but comfortable enough to sit in for several hours in a banquet environment. oTables are required. oChairs are requested not to be fixed to tabular areas in order to support breaking the main body of pax into small groups. oSchedule: "Friday 1500hrs 1830hrs "Saturday 0800hrs 1400hrs "Sunday 0800hrs 1200hrs b.Child Care Room(s): One meeting room capable of accommodating ten (10) children ranging in ages from toddler to adolescence. To include in each space: oIn order to ensure the noise will not be hindrance to the retreat, this childcare room will need to be away from, and not adjacent to, the main meeting area. oSchedule: "Friday 1500hrs 1830hrs "Saturday 0800hrs 1400hrs "Sunday 0800hrs 1200hrs 2.4. Parking: Dedicated hotel parking for POVs at no additional cost on-site. 2.5. Audio/Visual Equipment: Required 11 July, 12 July and 13 July 2008. a. Large Meeting Space: Requires a projector screen, proxima and amplification system each day. b. Childcare Space: Requires a DVD player and television each day. 3. Facilities requirement: It is mandatory that all aforementioned requirements be provided at a single facility capable of housing and feeding personnel in an atmosphere of quality that will enable stronger communication between participants. The retreat location/complex must be within walking distance of local dining establishments in order for participants to enjoy their Saturday meal at a location of their choosing. Facility should be within 2 hrs bus drive from Ft. Bragg, NC. 4. Description: Please fill in the individual amounts. ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICE AMOUNT 000129 ROOMS X 2 NIGHTS 58Each Required on 11 July and 12 July 2008. ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0002ADULTBREAKFAST BUFF110Each Required on 12 July and 13 July 2008 (55 adults per day). ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0003CHILDRENS BRKFST BUFF20Each Required on 12 July and 13 July 2008 (10 children per day: 3 children under 3 years, 6 children 3 years to 11 years and 3 children 12 years and older). ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0004ADULT PLATED DINNERS 110Each Required on 11 July and 12 July 2008 (55 adults per day). ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0005CHILDRENS PLATED DINN20Each Required on 11 July and 12 July 2008 (10 children per day: 3 children under 3 years, 6 children 3 years to 11 years and 3 children 12 years and older). ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0006ADULT PLATED LUNCHES110Each Required on 12 July and 13 July 2008 (55 adults per day). ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0007CHILDRENS PLATED LUN20Each Required on 12 July and 13 July 2008 (10 children per day: 3 children under 3 years, 6 children 3 years to 11 years and 3 children 12 years and older). ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0008ADULT SNACKS 165Each Required on 11 July, 12 July and 13 July 2008 (55 adults per day). ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0009CHILDRENS SNACKS 30Each Required on 11 July, 12 July and 13 July 2008 (10 children per day: 3 children under 3 years, 6 children 3 years to 11 years and 3 children 12 years and older). ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0010CONFERENCE ROOMS 3 largeEach 1 Large conference room is required each day from 11 July 13 July 2008. ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0011CHILD CARE ROOMS 3 smallEach 1 Small conference room is required each day from 11 July 13 July 2008. ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00012A/V EQUIPMENT 3Each A projector screen, proxima, amplification, DVD player and television system will be required each day from 11 July 13 July 2008. ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00013FREE PARKING Each Parking is required each day from 11 July 13 July 2008. ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00014SERVICE FEES Each Service Fee % on meals/ ____ (IF APPLICABLE 11 July 13 July 2008). MUST STATE PERCENTAGE. 5. The following clauses apply to this acquisition: 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 Contractor 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 Statutes 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 commerce 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 ELECTRONICALLY: 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 all 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 Authorities 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 with 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). Individuals are not required to register in CCR; however, all individuals functioning as businesses who desire to do business with the federal government are considered (Sole Proprietors) and are required to register in CCR. In order to be considered please proceed to https://www.bpn.gov/CCRSearch/Search.aspx and register as soon as possible; 252.246-7000, Material Inspection and Receiving Report (MAR 2003); 52.000-4029, Accounting for Contract Manpower 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. 6. Contractor Manpower 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) required 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 Office, 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) Predominant 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 (UIC) 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 zip 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 employees 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 performance 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 direct 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. 7. Quote submission shall be forwarded by Wednesday, July 2nd, 2008, 5:00 p.m. local standard time using either by phone at (910) 907-5289, facsimile at (910) 396-7872, email at uche.washington@us.army.mil or mail to Directorate of Contracting, Bldg. 2-1105 Macomb Street, Fort Bragg, NC 28310-5000.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fb7d3d9b077ba876c7967a57706e8c56&tab=core&_cview=1)
 
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
 
Record
SN01603736-W 20080702/080630215408-fb7d3d9b077ba876c7967a57706e8c56 (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 |
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.