SOLICITATION NOTICE
W -- MODIFICATION FOR QTY OF MEALS FOR RETREAT 02-04 OCTOBER 2008 MYRTLE BEACH SOUTH CAROLINA
- Notice Date
- 9/25/2008
- Notice Type
- Modification/Amendment
- 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
- W9124708T0508
- Response Due
- 9/30/2008
- Archive Date
- 11/29/2008
- Point of Contact
- richard.owen.egger, 910-907-5112<br />
- Small Business Set-Aside
- N/A
- Description
- 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-0508 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 64 adults, and 17 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 two (32) each clean, carpeted rooms. With Beach-Access to Myrtle Beach for two nights. Check In is requested at 3:00 PM 02 Oct Check Out 04 Oct is requested at Noon, all rooms to be located in the same complex, and will be Non Smoking Rooms. CLIN 0002: Audio visual adult conference room, Projection Screen, LCD Projector. 02 Oct 4:00-9:00 pm, 03 Oct 9:00-Noon, and 04 Oct 9:00-Noon CLIN 0003: The contractor shall provide two (2) Adult Breakfast Buffet Style Breakfast, for sixty four (64) adults, total of 128 breakfast. 03 Oct 7:00-8:30 am, and 04 Oct 7:00-8:30 am CLIN 0004: The contractor shall provide two (2) Children Breakfast Buffet Style, seventeen children (17) total of (34) breakfast. 03 Oct 7:00-8:30 am, and 04 Oct 7:00-8:30 am CLIN 0005: The contractor shall provide Refreshments for two (2) conference rooms consisting of Coffee, Water, assorted chips, and cookies or equal, 02 Oct 4:00-9:00 pm, and 03 Oct 9:00-noon, 04 Oct 9:00-noon. CLIN 0006: The contractor shall provide two (2) Adult Lunch Buffet Style for sixty four (64) adults, total of 128 lunch meals. 03 Oct noon-1:00 pm, and 04 Oct noon-1:00 pm CLIN 0007: The contractor shall provide two (2) Children Lunch Buffet Style, seventeen (17) total 34 children lunch meals. 03Oct noon-1:00 pm, and 04 Oct noon-1:00 pm CLIN 0008: The contractor shall provide two (2) sixty four (64) Adult Dinner Buffet Style for a total of 128 dinner meals. 02 and 03 Oct 6:00-7:30 pm CLIN 0009: The contractor shall provide two (2) seventeen (17) Children Dinner Buffet Style for a total of 34 dinner meals. 02 and 03 Oct 6:00-7:30 pm CLIN 0010: The contractor shall provide childcare conference room seventeen (17) Children TV/DVD player with chairs and tables for activities, 02 Oct 4:00-9:00 pm, and 03 Oct 9:00-Noon, 04 Oct 9:00-noon CLIN 0011: The contractor shall provide adult conference room for sixty four (64) participants to include chairs, and tables for writing activities 02 Oct 4:00-9:00 pm, and 03 Oct 9:00-noon, 04 Oct 9:00-noon (vi) Performance Work Statement 1. General. 525th BFSB Strong Bonds Retreat 02-04 Oct 2008, Myrtle Beach, SC. 2. Lodging: Thirty two (32) each clean, carpeted hotel rooms, lodging for two (2) nights only (02 through 03 Oct 08) in a Hotel Beach-Access area to Mrytle Beach. 2.1. Food: As listed below, or comparable for up to 64 Adults, 17 Children. a. On-site meal options for Breakfast Buffet, Lunch Buffet, and Dinner Buffet. b. Oct 02-03, 2008 (6:00-7:30 pm) Dinner Buffet c. Oct 03-04, 2008 (noon-1:00 pm) Lunch Buffet d. Oct 03-04, 2008 (7:00-8:30 am) Breakfast Buffet 2.2. Meeting Space: Modern, clean, carpeted Conference Space / Meeting Room. a. Clean, carpeted Conferencing Space / Meeting Rooms as listed below: b. Two(2) Conference rooms meeting spaces one (1)for 64 adults, meetings and General Sessions with tables. The second meeting room will be used for children activities. Respective number of chairs will be free floating. 2.3 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 525th BFSB, Fort Bragg, NC. The Period of Performance for this requirement is 02 through 04 October 2008. FAR 52.232-18, (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 (vi) 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 FAR 52.232-18, AVAILABILITY OF FUNDS (APR 1984), 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 Wednesday, Sept 30, 2008, noon Local Eastern Standard Time, via e-mail to richard.owen.egger@us.army.mil or by fax 910-396-7872. (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=ea75a0c2057aab7c5c8d95d1410dd000&tab=core&_cview=1)
- Place of Performance
- Address: MICC, Fort Bragg MISSION INSTALLATION CONTRACTING COMMAND, ATTN: SFCA-SR-BR, BLDG 2-1105/C, Macomb St Fort Bragg NC<br />
- Zip Code: 28310-5000<br />
- Zip Code: 28310-5000<br />
- Record
- SN01681848-W 20080927/080925223216-ea75a0c2057aab7c5c8d95d1410dd000 (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 |