SOLICITATION NOTICE
X -- RETREAT: WILMINGTON, NC
- Notice Date
- 7/28/2008
- 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
- 108AD4Y1960101
- Response Due
- 8/7/2008
- Archive Date
- 10/6/2008
- Point of Contact
- FREEMAN T. BONNETTE, 910-396-5113
- Small Business Set-Aside
- N/A
- Description
- 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; proposals are being requested and a written solicitation will not be issued. ii. Solicitation 108AD4Y1960101 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 2005-25, 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 lodging, conference rooms, A/V equipment rental, and food services for 90 adults and 30 children for three days and two nights (22-24 August 2008) in Wilmington, 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. v. CLIN 0001: Lodging: 47 Double Occupancy Rooms x 2 Nights (22 & 23 Aug 2008) = 94 Rooms / Contract will allow for up to 90 Adults. Check-in time requested between 2:30 a.m. and 4:30 pm. on 22 Aug 2008. Check-out will be NLT 9:00 a.m. on 24 Aug 2008. Tax Exempt. CLIN 0002: Breakfast buffet for 90 Adults x 2 Plates (23-24 Aug) = 180 Plates. Breakfast will be served from 7:00-8:00 a.m. daily. Service Fee included in price. Submit menu w/ quote. CLIN 0003: Breakfast buffet for 30 Children x 2 Plates (23-24 Aug) = 60 Plates. Breakfast will be served from 7:00-8:00 a.m. daily. Service Fee included in price. Submit menu w/ quote. CLIN 0004: Lunch buffet for 90 Adults x 1 Plates (23 Aug) = 90 Plates. Lunch will be served from 12:00-1:30 p.m. daily. Service Fee included in price. Submit menu w/ quote. CLIN 0005: Lunch buffet for 30 Children x 1 Plates (23 Aug) = 30 Plates. Lunch will be served from 12:00-1:30 p.m. daily. Service Fee included in price. Submit menu w/ quote. CLIN 0006: Dinner (Banquet; Private Dining) 90 Adults x 2 Plates (22-23 Aug 2008) = 180 Plates. Dinner will be served from 6:00-7:30 p.m. daily. Service Fee included in price. Submit menu w/ quote. CLIN 0007: Dinner (Banquet; Private Dining with adults) 30 Children x 2 Plates (22-23 Aug 2008) = 60 Plates. Dinner will be served from 6:00-7:30 p.m. daily. Service Fee included in price. Submit menu w/ quote. CLIN 0008: Meeting Room (Conference) with Audio/Video Package, white boards, and capability to seat 90 occupants (adults) x 3 Days (22-23 August 2008) Scheduled use is 3:30 p.m. 9:00 p.m. on 22 August 2008; 8:30 a.m. 9:00 p.m. on 23 August 2008; and 8:30 a.m. - 11:00 a.m. on 24 August 2008. CLIN 0009: Meeting Room (Conference) with Audio/Video Package, white boards and capability to seat 30 occupants (children) x 2 Days (22-23 August 2008) Scheduled use is 3:30 p.m. 9:00 p.m. on 22 August 2008; 8:30 a.m. 9:00 p.m. on 23 August 2008. CLIN 0010: The Contractor is required to enter data into the Contractor Manpower Reporting (CMR) system as defined in the PWS. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each year and must be reported by 31 October of each calendar year. Data must be accurate and complete and entered into CMR during the data gathering period of every year, or part of a year, for which the contract is in force. vi. Performance Work Statement 1.0. Scope. 22-24 August 08 Strong Bonds for Families Event. The program will be conducted within the guidelines of Title 10, Chapter 88. The program requires a two-night stay located within a five mile radius of downtown (close to local attractions) Wilmington, NC along with breakfast, lunch, and dinner meals and the use of two conference rooms for Key Leader family workshops for three days. 2.0. Lodging. Forty-seven (47) double occupancy rooms are required for overnight stay on 22 and 23 August 2008. Check-in time is requested between 2:30 p.m. and 4:30 p.m. on 22 August, 2008. Check out will occur no later than 9:00 a.m. on 24 August, 2008. Rooms shall be located in the same wing complex and should be a combination of smoking and non-smoking. 3.0. Meals. There are 90 adults and 30 children children attending this event. 3.1. Breakfast. Breakfast buffet for 90 adults and 30 children is required on 23 and 24 August 2008. Breakfast will served from 7:00 a.m. 8:00 a.m. each morning. 3.2. Lunch. Lunch buffet for 90 adults and 30 children is required on 23 August 2008. Lunch will be served from 12:00 p.m. 1:30 p.m. 3.3. Dinner. Banquet dinner for 90 adults and 30 children is required on 22 and 23 August 2008. Dinner will be located in a reserved area exclusively for the participants of this training event. Dinner will be served from 6:00 p.m. 7:30 p.m. 4.0. Conference Room: Two conference rooms are required for this event. 4.1. Meeting Room (Conference) with Audio/Video Package, white boards, and capability to seat 90 occupants (adults) x 3 Days (22-23 August 2008) Scheduled use is 3:30 p.m. 9:00 p.m. on 22 August 2008; 8:30 a.m. 9:00 p.m. on 23 August 2008; and 8:30 a.m. - 11:00 a.m. on 24 August 2008. 4.2 Meeting Room (Conference) with Audio/Video Package, white boards and capability to seat 30 occupants (children) x 2 Days (22-23 August 2008) Scheduled use is 3:30 p.m. 9:00 p.m. on 22 August 2008; 8:30 a.m. 9:00 p.m. on 23 August 2008. 5.0 CONTRACTOR MANPOWER REPORTING 5.1. Accounting for Contract Services/Contractor Manpower Reporting (UNCLASSIFIED) 5.1.1. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall 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: 5.1.1.1. Contracting Office, Contracting Officer, and Contracting Officers Representative. 5.1.1.2. Contract number, including task and delivery order number. 5.1.1.3. Beginning and ending dates covered by reporting period. 5.1.1.4. Contractor name, address, phone number, e-mail address, and identity of contractor employee entering data. 5.1.1.5. Estimated direct labor hours (including sub-contractors). 5.1.1.6. Estimated direct labor dollars paid this reporting period (including sub-contractors). 5.1.1.7. Total payments (including sub-contractors). 5.1.1.8. Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different). 5.1.1.9. Estimated data collection cost. 5.1.1.10. 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). 5.1.1.11. 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). vii. This requirement is for delivery FOB (Destination) to the 1-7 ADA, Fort Bragg, NC. The delivery date of any resulting contract will be NLT 22 August 08. viii. FAR 52.212-1, Instructions to Offerors, Commercial Items. Offeror prices shall be submitted on the Schedule of Supplies and Services listed at items two-five 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, apply 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 Thursday, August 07, 2008, 5 p.m. Local Eastern Standard Time via email at freeman.t.bonnette@conus.army.mil or facsimile at (910) 396-7872, ATTN: CPT Freeman T. Bonnette. xvii. The assigned Contract Specialist is CPT Freeman T. Bonnette, and can be reached at 910-396-5113 or freeman.t.bonnette@cous.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b01c55faa34c9e4b3bc09dea18cdd321&tab=core&_cview=1)
- Place of Performance
- Address: ACA, Fort Bragg Regional Contracting Center, ATTN: SFCA-SR-BR, Building 2-1105 Macomb Street Fort Bragg NC
- Zip Code: 28310-5000
- Zip Code: 28310-5000
- Record
- SN01624426-W 20080730/080728222123-b01c55faa34c9e4b3bc09dea18cdd321 (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 |