Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2008 FBO #2431
SOLICITATION NOTICE

X -- COUPLES CONFERENCE RETREAT MYRTLE BEACH SOUTH CAROLINA 12-14 SEPTEMBER 2008.

Notice Date
7/21/2008
 
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
W91247-08-T-0137
 
Response Due
8/1/2008
 
Archive Date
9/30/2008
 
Point of Contact
richard.owen.egger, 910-907-5112
 
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. COMBINED SYNOPSIS/SOLICITATION (i)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; quotations are being requested and a written solicitation will be issued. (ii)Solicitation W91247-08-T-0137 is issued as a Request for Quotation (RFQ). (iii)This Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18, effective April 22, 2008. (iv)This requirement is unrestricted and only qualified offerors may submit offers. This solicitation 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 90 adults, and 40 children in Myrtle Beach, South Carolina. 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. (v)CLIN 0001: The contractor shall provide thirty five (35) each clean, carpeted rooms. With Beach-Access to Myrtle Beach for two nights. CLIN 0002: The contractor shall provide two (2) Breakfasts, and one (1) Lunch, for ninety (90) adults, and forty (40) children. CLIN 0003: The contractor shall provide two (2) clean, carpeted conferencing space / meeting rooms for three (3) days. CLIN 0004: (2) Snack A.M. & P.M. break refreshments for meeting rooms for adults, and children.. CLIN 0005: The contractor shall povide visual projection screens, and audio microphone system for one conference room. Second conference room shall have a DVD player, and Monitor package. (vi) Performance Work Statement 1. General. HHD, 1ST SWGT(A) Consolidated Strong Bonds Retreat 12-14 Sept 2008, Myrtle Beach, SC. 2. Scope of Work. Performance Work Statement (PWS) for: 2.1. Lodging: Thirty five (35) each clean, carpeted hotel rooms, lodging for two (2) nights only (12-14 Sept 08) in a Hotel Beach-Access area to Mrytle Beach. 2.2. Food: As listed below, or comparable for up to 90 Adults, 40 Children. a. On-site meal options for Breakfast Buffet and Lunch Buffet. b. Saturday, Sept 13, 2008 (0700-0830) Breakfast Buffet c. Saturday, Sept 13, 2008 (1200-1330) Lunch Buffet d. Sunday, Sept 14, 2008 (0700-0830) Breakfast Buffet 2.3. Meeting Space: Modern, clean, carpeted Conference Space / Meeting Room. a. Clean, carpeted Conferencing Space / Meeting Rooms as listed below: b.Two(2) Meeting spaces one (1)for 90 people for Meetings and General Sessions with tables. The second meeting room will be used for children activities. Respective number of chairs will be free floating. 2.4 Audio Visual Equipment: Visual screens, Projection, and sound system for first conference room, second conference room shall have DVD, and Monitor. (vii)This requirement is for delivery FOB (Destination) to the HHD, 1ST SWTG (A), Fort Bragg, NC. The Perion of Performance for this contract is 12-14 September 2008. (viii)FAR 52.212-1, Instructions to Offerors, Commercial Items. Offeror prices shall be submitted on the Schedule of Supplies and Services listed at item (two) 2 Performance Work Statement (PWS). (ix)FAR 52.212-2, Evaluation, Commercial Items. Lowest price determined fair and reasonable. The Government intends to award a contract to the responsible offeror who offers the lowest reasonable price. (x) The provisions at 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this solicitation. DFARS 252.212-7000, Offeror Representations and Certifications. Commercial Items, are applicable to this requirement. Offerors shall include a completed copy of the aforementioned Representations and Certifications with quote. (xi) The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii)The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: (16), (18-20), and (33). (xiii)The clause at 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, applies to this acquisition. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/. The following sub-paragraphs identified within DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, are considered checked and are applicable to this acquisition: DFARS 252.232-7003 Electronic Submissions of Payment Requests. Additionally the following clauses and provisions are added to this combined synopsis/solicitation and considered applicable to this acquisition: 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 (Alt A), Central Contractor Registration; and 252.225-7000, Buy American Act--Balance of Payments Program Certificate. Award can only be made to contractors registered in the Central Contractor Registration web page, http://www.ccr.gov. (xiv)The Defense Priorities and Allocation System (DPAS) is not applicable to this acquisition. (xv)There are no Numbered Notes that apply to this acquisition. (xvi)Quotation submission shall be forwarded by Friday, August 01, 2008, 3:00pm Local Eastern Standard Time via facsimile at (910) 396-7872, ATTN: Mr. Richard Egger. (xvii)The assigned Contract Specialist is Mr. Richard Egger, and can be reached at 910-907-5112 or richard.owen.egger@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=35e823040b2b15e3f63d6e62a108c3b7&tab=core&_cview=1)
 
Place of Performance
Address: RCC, Fort Bragg INSTALLATION CONTRACTING COMMAND, BLDG 2-1105/C FORT BRAGG Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN01618893-W 20080723/080721222629-35e823040b2b15e3f63d6e62a108c3b7 (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.