Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2009 FBO #2686
SOLICITATION NOTICE

G -- MARRIAGE RETREAT AT JEKYLL ISLAND GA.

Notice Date
4/2/2009
 
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 Stewart, ACA, Fort Stewart, Directorate of Contracting, 976 William H Wilson Ave, Ste 100, Fort Stewart, GA 31314-3322
 
ZIP Code
31314-3322
 
Solicitation Number
W9124M-09-T-0031
 
Response Due
4/7/2009
 
Archive Date
6/6/2009
 
Point of Contact
GEARY, 912-767-1299<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation prepared in accordance with the format contained FAR Subpart 12.6. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. A QUOTE IS REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Quotes shall reference Request for Quotes (RFQ) number W9124M-09-T-0031. This announcement incorporates provisions and clauses in effect through Federal Acquisition Circular 05-27. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. This requirement will be unrestricted. The NAICS code for this procurement is 721110 with a small business size standard of $7.0 million. Quotes shall include firm fixed pricing of: CLIN, ITEM DESCRIPTION, QTY, U/I, 0001, One Bedroom Villa Fifty (50) each modern, clean, non smoking (smoking by request only on day of check in if available) carpeted/tiled rooms with one queen bed and a sleeper sofa/bed for schildren for overnight stay on 17 and 18 April 2009. The Hotel/Resort should be located on the beach with beach access and water view. At least Twenty Five (25) rooms reserved should have the water view. Rooms/Contract will allow for up to 100 adults and 40 children. Check in time is requested between 4:00 PM and 5:00 PM on 17 April 2009. Late check out of 12:00 PM is requested for 19 April 2009. The Hotel/Resort needs to be located on Jekyll Island, GA in a safe and populated area nearby the popular attractions such as shopping and local attractions. It also needs to be relatively easy to find and close to major interstates and main roads. Ammenities: The Hotel/Resort needs to be a nationally recogized FULL SERVICE hotel to include child care capabilities, a heated pool, restaurants, coffee bar, lounge common area free wireless internet, DVD library, in room DVD/VCR player, color TV, with ample parking spaces. The Vendor shall provide meals as follows: 0002, Plated Dinner for 100 adults 17 April 2009 0003, Kids Plated Dinner for 40 kids, 17 April 2009 0004, Saturday Breakfast buffet, for 100 adults, and 40 kids, 18 April 2009 0005, Saturday Lunch buffet for 100 adults, and 40 kids, 18 April 2009 0006, Saturday Dinner buffet for 100 adults, and 40 kids, 18 April 2009 0007, Sunday Breakfast buffet for 100 adults, and 40 kids, 19 April 2009 0008, Childcare The vendor shall provide childcare services by a license/certified childcare provider in a modern, clean carpetee child care facility on-site (5 min walking distance to the conference area or rooms). Childcare will be provided by the hotel/resort on Friday 17 April 2009 from 06:45 PM until 9:00 PM. On 18 April 2009 from 08:15 AM until 12:15 PM and 1:00 PM until 9:00 PM. On 19 April 2009 from 08:15 AM until 11:30 PM 0009, Conference Rooms/ AV Package, 2 Each, Vendor shall provide two meeting spaces for 100 adults. One room will be used for General Sessions. The second room will be used for group meals. This space required from 17 April 2009 from 5:00 PM until 9:00 PM. On 18 April 2009 from 06:00 AM until 1:00 PM and 4:30 PM until 07:30 PM. On 19 April 2009 from 06:00 AM until 12:00 PM. Respective number of chairs placed with round tables of ten facing a center podium with microphone and sound system. Tables should be covered with white linens. A screen will be provided for displaying video clips. The contract pricee includes setup and tear down of all the equipment and tables. Fresh Drinking water for 100 Adults and 40 Children. Set up water points in the conference/dining/childcare areas throughout the weekend. Fresh coffee/Herbal Teas for 100 adults. Saturday 18 April mid morning break and mid afternoon break, premium blend and decaffeinated coffee, selection of herbal teas or comparable as previously agree upon. The period of performance for this requirement is 17 April 19 April 2009. The vendor will only bill the contract against the number of persons reported with 48-hours notice by the Government. The quantities and charges will not exceed what is authorized and specified in the contract and associated CLINs. Vendors providing a bid shall provide: a. List of menu items provided. b. Certification of childcare providers. c. List of childcare activities. CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at http://farsite.hill.af.mil. 52.212 -4 Contract Terms and Conditions-Commercial Items (Feb 2007); The provision of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jun 2008) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.222-3, Convict Labor (June 2003) (E.O. 11246); 52.222-19, Child Labor (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar, 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-13, Restrictions on Certain Foreign Purchases, (Jun 2008); 52.222-52, Exemption from Application of the Service Contract Act to Contracts for Certain Services Certification (Nov 2007); 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003) (31 U.S.C 3332); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); and 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items (Mar 2008). PROVISIONS INCORPORATED BY REFERENCE: Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items. FAR 52.212-1 is supplemented per following addenda: Contractor shall submit their quote electronically via email, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, and an overall total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, any discount terms, cage code, DUNS number, tax ID or size of business, delivery days, acknowledgement of solicitation Amendments (if any), warranty information, shipping/handling charges (must be specified), and FOB. To be eligible for an award, contractor shall be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. The provision at 52.212-2, Evaluation--Commercial Items applies to this acquisition. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offer: technical, price, certifications, and activities offered. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. The provision at 52.212-3, Offerors Representations and Certifications Commercial Items. (Jun 2008) applies to this acquisition. A completed copy shall be submitted with your quote or completed online at the ORCA website. All questions shall be submitted in writing to Geary Stouffer, Contract Specialist, at geary.stouffer@conus.army.mil. No phone calls will be accepted. Quotes shall be received via email at geary.stouffer@conus.army.mil or fax 912-767-8437, no later than 12:00 PM, 7 April 2009 Late quotes will not be accepted in accordance with FAR 52.212-1. Offerors who do not comply with all requirements of this synopsis/solicitation may be eliminated from competition. Any amendments that may be issued will be published via Fedbizopps. Contracting Office Address: ACA, Fort Stewart, Directorate of Contracting, 976 William H. Wilson Ave, building 621, suite 100, Fort Stewart, GA 31314
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cc0187b1b02027de2ce36f91b05dff26&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Stewart Directorate of Contracting, 976 William H Wilson Ave, Ste 100 Fort Stewart GA<br />
Zip Code: 31314-3322<br />
 
Record
SN01784148-W 20090404/090402220656-cc0187b1b02027de2ce36f91b05dff26 (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.