Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
SOLICITATION NOTICE

99 -- Strong Bonds Retreat, 37th ENGS, September 19-21, 2008. Williamsburg, VA

Notice Date
8/20/2008
 
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
W9124708T0228
 
Response Due
8/28/2008
 
Archive Date
10/27/2008
 
Point of Contact
Anne Talbot, 910-396-6401<br />
 
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 W9124708T0228, 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 September 19-21, 2008. This requirement is for eighteen (18) double occupancy rooms for up to thirty-four (34) adults, for two (2) overnight stays on September 19-21, 2008. Check-in time is required between 4:00 p.m. and 11:00 p.m. on September 19, 2008. Check-out time is required on September 21, 2008 no later than noon. Breakfasts shall be served for 34 participants on Saturday, 20 September and Sunday 21 September from 7:30AM 9:00AM. Suggested Breakfast shall consist of the following: Saturday, 20 September: Breakfast Buffet: A variety of breakfast breads and pastries with butter and preserves, fresh bagels and cream cheese, chilled fruit sections, assorted cold cereals, fluffy scrambled eggs, crisp bacon, breakfast potatoes, a variety of chilled fruit juices, coffee, decaffeinated coffee, herbal teas and milk. Sunday, 21 September. A variety of breakfast breads and pastries with butter and preserves, fresh bagels and cream cheese, chilled fruit sections, assorted cold cereals, fluffy scrambled eggs, crisp bacon, breakfast potatoes, a variety of chilled fruit juices, coffee, decaffeinated coffee, herbal teas and milk. Working Lunch: Lunch shall be served for 34 participants on Saturday, 20 September from 11:30AM- 1:00PM. Suggested lunch shall consist of the following: Herb Roasted Chicken, Cajun Beef Tips, Parsley Red Potatoes, Seasonal vegetable medley, and assorted desserts to include cakes, pies and tortes, Freshly Brewed Regular & Decaffeinated Coffee with Assorted Hot Teas. Boxed Lunch: Lunch shall be served for 34 participants on Sunday 21 September from 11:30AM- 1:00PM. Suggested lunch shall consist of the following: Box lunch - Sliced Turkey with Herb Mayo, lettuce, cheddar cheese, tomato and avocado, or BBQ Chicken Breast, crisp bacon, Smoked Gouda cheese on Kaiser roll. All sandwiches include choice of potato salad, coleslaw, or pasta salad with chefs choice of dessert. Dinner Buffet shall be provided for 34 participants on Friday 19 September and Saturday 20 September from 7:00 PM 9:00PM. Suggested dinner shall include: Friday 19 September Dinner: Chicken Apple Almond Breast of Chicken stuffed with Apple Almond Stuffing, entrees include house salad with assorted dressings, vegetable, potato or rice, warm rolls, butter, dessert, coffee, decaffeinated coffee, herbal teas and iced teas. Saturday, 20 September Dinner: T-Bone Steak seasoned and grilled entrees include house salad with assorted dressings, vegetable, potato or rice, warm rolls, butter, dessert, coffee, decaffeinated coffee, herbal teas and iced teas. Refreshments shall be available for up to 34 Adults and on Friday 19 August at 3:00 p.m., 20 & 21 August 10:15 a.m. Refreshments shall consist of Coffee, Decaf Coffee, Hot Tea, Iced Tea, Assorted Soft Drinks and Ice Water. Dry snacks such as snack cakes, bagels/cream cheese, cookies and fruit are also requested. Meeting Space is required as follows: One (1) Meeting space for Mass Registration / Delivery of Keys to those checking in from 19 September 2:30 PM 6:30 PM. Total of 10 six-foot tables (dressed) needed in room close to / vicinity of Main Check In or conducted in Main Lobby if enough space. One Conference room is required on Friday 19 September 2008 starting at 2:30PM-6:30PM, Saturday 20 September 2008 starting at 800AM-1200PM and Sunday 21 September starting at 800AM-1200PM. The meeting space shall be capable of seating seventy (34) participants comfortably in a lecture environment, including writing surfaces with 4, 6-foot tables (dressed) along back wall or in hall.). A class room set up is required for the table and chair arrangement each day. The following equipment is required: Podium (with microphone wired to house sound system and capable of projection to entire ballroom and 100 person capacity) and Cordless Lavalier Microphone and Cordless Handheld Microphone (Total of 3 Microphones) Setup and sound check included. Large projection screen (min 12x 15) LCD video projector. Permission for Army to bring its own and all necessary Computers, with hook ups. All audio visual equipment rental is required all three days Friday 19 September 2008 2:30PM- 6:30PM, Saturday 20 September 2008 8:00AM- 12:00PM, and Sunday 21 September 2008 8:00AM- 12:00PM. The rooms must be in the same area of the hotel. All prices shall include services fees. The Government will make a direct award to the hotel/resort. Therefore, the Government will only consider quotes directly from the hotel/resort. 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e9d856eb4d2b3334d9348e41f405c12f&tab=core&_cview=1)
 
Place of Performance
Address: Mission and Installation Contracting Command Center (MICC) MICC-Fort Bragg, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC<br />
Zip Code: 28310-5000<br />
 
Record
SN01646436-W 20080822/080820222845-e9d856eb4d2b3334d9348e41f405c12f (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.